Filter Results:

All sectors

All categories

    3593 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - February 12, 2020

    February 13, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 12, 2020

    AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $225,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-138 engine and component depot repair. This contract provides the Air Force with the depot repair support required for the F-138 engine and components. Work will be performed at Richmond, British Columbia, and is expected to be completed by Feb. 11, 2030. This award is the result of a competitive acquisition. Fiscal 2020 operations and maintenance funds in the amount of below $1,118,975 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0004). The Victor Group, San Antonio, Texas, has been awarded a $10,564,430 modification (P00016) to previously-awarded contract FA8052-18-C-0010 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Dover Air Force Base (AFB), Delaware; Hanscom AFB, Massachusetts; Andrews AFB, Maryland; Bolling AFB, Washington, District of Columbia; Wright-Patterson AFB, Ohio; Langley AFB, Virginia; Scott AFB, Illinois; Whiteman AFB, Missouri; Seymour Johnson AFB, North Carolina; Minot AFB, North Dakota; and Grand Forks AFB, North Dakota, and is expected to be completed Feb. 13 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,564,430 will be obligated at the time of award. The total cumulative value of this contract including Option One is $24,234,322. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Main Building Maintenance Inc., San Antonio, Texas, has been awarded a $10,400,074 modification (P00015) to contract FA8052-18-C-0006 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at the Air Force Academy, Colorado; Buckley Air Force Base (AFB), Colorado; Peterson AFB, Colorado; Schriever AFB, Colorado; Beale AFB, California; Eielson AFB, Alaska; Elmendorf AFB, Alaska; Fairchild AFB, Alaska; Ellsworth AFB, South Dakota; FE Warren AFB, Wyoming; Hill AFB, Utah; Malmstrom AFB, Montana; McConnell AFB, Kansas; Mountain Home AFB, Idaho; Nellis AFB, Nevada; and Offutt AFB, Nebraska, and is expected to be completed on Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,400,074 will be obligated at time of award. The total cumulative value for this contract, not including Option One, is $9,677,258. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Titan Facility Services LLC, Gilbert, Arizona, has been awarded a $10,012,679 modification (P00019) to contract FA8052-18-C-0009 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Little Rock Air Force Base (AFB), Arkansas; Barksdale AFB, Louisiana; Keesler AFB, Mississippi; Eglin AFB, Florida; Hurlburt Field AFB, Florida; MacDill AFB, Florida; Tyndall AFB, Florida; Patrick AFB, Florida; Charleston AFB, South Carolina; Shaw AFB, South Carolina; Moody AFB, Georgia; Robins AFB, Georgia; Columbus AFB, Mississippi; Altus AFB, Oklahoma; Tinker AFB, Oklahoma; and Vance AFB, Oklahoma, and is expected to be completed Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,012,679 will be obligated at the time of award. The total cumulative value of this contract including Option One is $19,858,371. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. TFOM HHS Group JV, Austin, Texas, has been awarded a $9,843,221 modification (P00010) to contract FA8052-19-C-A002 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Cannon Air Force Base (AFB), New Mexico; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; Davis-Monthan AFB, Arizona; Luke AFB, Arizona; Dyess AFB, Texas; Goodfellow AFB, Texas; Lackland AFB, Texas; Laughlin AFB, Texas; Randolph AFB, Texas; Sheppard AFB, Texas; Los Angeles AFB, California; Edwards AFB, California; and Vandenberg AFB, California, and is expected to be completed by Feb. 13, 2021. Fiscal 2020 operations and maintenance funds for $9,843,221 will be obligated at time of award. The total cumulative value of this contract, including Option One is $18,784,172. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. NAVY Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $40,000,000 cost-plus-incentive-fee and cost-only modification to a previously-awarded delivery order N00024-19-F-6201 under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for the design, prototyping and qualification testing for electronic warfare systems equipment. This effort will award the design of Navy equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding for $8,207,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $35,874,452 firm-fixed-price modification to a previously-awarded contract (N00024-18-C-5432) for over-the-horizon weapon systems. Under this contract, Raytheon Co., Missile Systems, will manufacture and deliver over-the-horizon weapon systems that consist of encanistered missiles (EM) loaded into launching mechanisms (LM) and a single fire control suite (FCS). This contract consists of firm-fixed-price EMs (tactical, telemetered and inert operational); FCSs; LMs; mission support equipment; training equipment and courses; cost-plus-fixed-fee engineering services; and cost-only travel and other direct costs. Work will be performed in Kongsberg, Norway (75%); Tucson, Arizona (15%); Schrobenhausen, Germany (4%); Raufoss, Norway (3%); McKinney, Texas (2%); and Louisville, Kentucky (1%), and is expected to be completed by February 2022. Fiscal 2020 weapon procurement (Navy) for $34,369,290 (95.8%); and other procurement (Navy) for $1,505,162 (4.2%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Childs Engineering Corp.,* Bellingham, Massachusetts, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for underwater and above-water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations; underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S. but also worldwide to include Florida (15%); Connecticut (10%); Georgia (10%); Massachusetts (10%); Maine (10%); New Hampshire (10%); New Jersey (10%); Pennsylvania (10%); Rhode Island (10%); Illinois (2%); Puerto Rico and U.S. Virgin Islands (1%); South Carolina (1%); and Tennessee (1%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2207). Marine Solutions Inc.,* Nicholasville, Kentucky, is awarded as a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in Mid-Atlantic region including Maryland (40%); Virginia (40%); and Washington, District of Columbia (20%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2208). Lloyd Collins JV, Houston, Texas, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in various states to include Florida (28%); California (25%); Hawaii (25%); Texas (15%); Louisiana (5%); and Mississippi (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with six proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2209). Appledore Marine Engineering LLC,* Portsmouth, New Hampshire, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build request for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; and construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Northwest states and all Pacific U.S. territories including Washington state (80%); Alaska and American Pacific territories (18%); and Oregon (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with seven proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2210). Jacobs Government Services Co., Irvine, California, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations outside of the continental U.S. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities worldwide. The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2211). Client Solution Architects LLC, Mechanicsburg, Pennsylvania, is awarded a $7,560,402 modification to a previously-awarded cost-plus-fixed-fee task order issued by the Naval Information Warfare Systems Command. This modification increases the value of the basic contract by $7,560,402; the contract's new total value is $26,964,672. This modification provides for the exercise of a cost-plus-fixed-fee option for an additional year of acquisition management, program management and integrated logistics support services for the Undersea Communications and Integration Program Office. Fiscal 2020 operations and maintenance, Navy (O&M, N); research, development, test and evaluation (Navy); and other procurement (Navy) funds for $1,530,328 will be obligated at the time of award. O&M, N funds for $374,000 will expire at the end of the fiscal year. Work will be performed in San Diego, California, and is expected to be completed by February 2021. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-17-F-3001). DEFENSE LOGISTICS AGENCY Carter Industries,* Olive Hill, Kentucky, has been awarded a maximum $30,294,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men's and women's sage-green flyer coveralls. This was a competitive acquisition with one response received. This is an 18-month base contract with two one-year option periods. Location of performance is Kentucky, with an Aug. 11, 2021, performance completion date. Using customer is Air Force and Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1238). ARMY Bencor Global Inc., Frisco, Texas, was awarded a $24,500,000 modification (P00031) to contract W911WN-14-C-0002 for work related to East Branch Dam Cutoff Wall. Work will be performed in Wilcox, Pennsylvania, with an estimated completion date of Dec. 7, 2020. Fiscal 2020 funds in the amount of $24,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity. Crosby Dredging LLC, Galliano, Louisiana, was awarded a $12,492,900 firm-fixed-price contract to dredge and remove approximately 1.3 million cubic yards of shoal material from the Turning and Anchorage Basin in the Sabine Neches Waterway. Bids were solicited via the internet with five received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Aug. 11, 2020. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0004). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2082835/source/GovDelivery/

  • Space Force awards $253.6M contract for protected comms

    February 13, 2020 | International, C4ISR

    Space Force awards $253.6M contract for protected comms

    By: Nathan Strout The Space Force awarded Northrop Grumman a $253.6 million contract to develop a payload that would provide a higher level of protection to war fighters relying on satellite communications on the battlefield. The contract is for the Protected Tactical SATCOM payload, the service announced Feb. 12. Protected Tactical SATCOM (PTS) is the Space Force's planned next generation anti-jamming satellite system, which will provide tactical communications for war fighters all over the world — including the polar regions — using the Protected Tactical Waveform. As PTS is developed, the Space Force plans to begin offering Protected Tactical Waveform communications over the Wideband Global SATCOM system and later commercial satellites systems. The Space Force said in a statement it will award up to four payload development contracts. According to the FY 2021 Space Force budget request, the service is employing a spiral development strategy that will incrementally deploy prototypes progressively demonstrating new anti-jamming technologies. The payloads will be designed to potentially be hosted on other satellites as a cost saving measure. The contract was awarded through the Space Enterprise Consortium. “We are excited to partner with Northrop Grumman to enable the rapid development of a protected communications prototype payload,” said Col. Dennis O. Bythewood, program executive officer for the Space and Missile Systems Center's Development Corps. “The technology maturation and prototyping effort conducted under the SpEC (Space Enterprise Consortium) Other Transaction Agreement will allow SMC to harness the innovation of partnerships between traditional defense and non-traditional/small business contractors with a projected on-orbit capability three years earlier than a traditional acquisition.” https://www.c4isrnet.com/battlefield-tech/space/2020/02/13/space-force-awards-2536m-protected-tactical-satcom-contract

  • Leonardo DRS Wins Contract worth up to $808 Million to Provide C5ISR Interconnection Equipment

    February 12, 2020 | International, Land, C4ISR

    Leonardo DRS Wins Contract worth up to $808 Million to Provide C5ISR Interconnection Equipment

    Arlington, Va, February 10, 2020 - Leonardo DRS, Inc. announced today that it has been awarded a contract worth up to $808 million to provide a suite of electronic products to link C5ISR equipment to combat vehicles across the armed services and to satisfy interconnection requirements for federal agencies. Under the indefinite delivery/indefinite quantity Interconnection Equipment Contract from the Defense Logistics Agency Land, Aberdeen Proving Ground, MD, Leonardo DRS would deliver wiring harnesses, installation kits, cable assemblies, cabling, connectors and services. The products will be delivered to the Department of Defense and other federal agencies in the United States government. The products are key components of U.S. military vehicle architectures and are used to connect vehicle C5ISR systems, tactical computer systems, networks, radio systems, and weapon systems. “We are pleased to have been awarded this opportunity to continue our proud legacy as a provider of critical core equipment necessary to the reliable operation of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance systems for our men and women in uniform,” said Bill Guyan, senior vice president and general manager of the Leonardo DRS Land Electronics business. “By leveraging our manufacturing center of excellence, we are able to provide best-value high-quality products with on-time delivery to our customers.” ABOUT LEONARDO DRS Leonardo DRS is a prime contractor, leading technology innovator and supplier of integrated products, services and support to military forces, intelligence agencies and defense contractors worldwide. Its Land Electronics business unit Provides C4I Network computing and integrated situational awareness, as well as state-of-the-art embedded diagnostics, vehicle power management and combat vehicle integration products and services. Headquartered in Arlington, Virginia, Leonardo DRS is a wholly owned subsidiary of Leonardo S.p.A. See the full range of capabilities at www.LeonardoDRS.com and on Twitter @LeonardoDRSnews. MEDIA ENQUIRES Michael Mount Senior Director, Public Affairs mmount@drs.com +1 571 447 4624 View source version on Leonardo DRS: https://www.leonardodrs.com/news/press-releases/leonardo-drs-wins-contract-worth-up-to-808-million-to-provide-c5isr-interconnection-equipment/

  • Contract Awards by US Department of Defense - February 11, 2020

    February 12, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 11, 2020

    U.S. SPECIAL OPERATIONS COMMAND Institute of Applied Engineering Inc. (IAE), University of South Florida (USF), Tampa, Florida, was awarded an $85,000,000 maximum indefinite-delivery/indefinite-quantity contract (H92405-20-D-0001) in support of U.S. Special Operations Command (USSOCOM) for access to applied research and advanced technology development. USSOCOM will collaborate with IAE to conduct research, hardware and software development, test and evaluation, demonstration, prototyping, and limited system production. Additionally, IAE will facilitate access to USF education and training resources. The work will be performed in Tampa and is expected to be completed by Feb. 9, 2025. The contract was awarded through other than full and open competition. USSOCOM headquarters, Tampa, Florida, is the contracting activity. (Awarded Feb. 10, 2020) L3Harris Technologies Inc., Clifton, New Jersey, was awarded a $48,715,001 modification on an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-incentive-fee, and cost reimbursable contract (H9224120D0001) for the Suite of Integrated Radio Frequency Countermeasures program for U.S. Special Operations Command (USSOCOM). This modification for program management, contractor logistics support, field service representatives and travel raises the contract ceiling to $50,000,000. The majority of the work will be performed in Clifton, New Jersey. This contract is a non-competitive award in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM headquarters, Tampa, Florida, is the contracting activity. NAVY Tekla Research Inc.,* Fredericksburg, Virginia, is awarded an $82,999,168 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides test and evaluation engineering, prototyping, and integration of warfare systems into Navy aircraft and aviation systems. In addition, this contract provides developmental test and evaluation of lab, ground, and flight-testing of newly installed or developmental systems and/or modifications to fleet-deployed systems as well as data gathering to support potentially new systems, improve existing systems, and experimentation and testing of prototypes. Work will be performed in Patuxent River, Maryland (96.5%); China Lake, California (1%); Point Mugu, California (1%); Norfolk, Virginia (1%); and Lakehurst, New Jersey (0.5%), and is expected to be completed in March 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside, competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0024). The Boeing Co., St. Louis, Missouri is awarded $19,271,301 for a firm-fixed-priced delivery order N00383-20-F-0AY0 under a previously awarded basic ordering agreement (N00383-18-G-AY01) for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99%); and Philadelphia, Pennsylvania (1%). Work will be completed by December 2022. Annual working capital funds (Navy) in the full amount of $19,271,301 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. AIR FORCE Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $67,584,243 firm-fixed-price, cost-plus-fixed-fee modification (PZ0010) to contract FA8615-16-C-6048 for upgrading F-16s for the government of Singapore. Work will be performed at Lockheed Martin Aeronautics, Fort Worth, Texas; and in Singapore. This contract is expected to be completed by June 30, 2023, and is a Foreign Military Sales acquisition for the government of Singapore. This contract was a sole-source acquisition, and the total cumulative face value of the contract is $1,008,584,243. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. Cyber Systems & Services Solutions, Bellevue, Nebraska, has been awarded a $17,590,503 firm-fixed-price and cost-plus-fixed-fee modification (P0009) to contract FA8773-18-D-0002 to exercise Option II for Defensive Cyber Realization, Integration, and Operational Support (DCRIOS) services. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed Feb. 28, 2021. This modification is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $10,934,344.00 are being obligated at the time of award. The 38th Contracting Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. ARMY Great Lakes Dredge & Deck Co. LLC, Old Brook, Illinois, was awarded a $17,573,575 firm-fixed-price contract for maintenance dredging of Baltimore Harbor and York Spit Channel, Chesapeake. Bids were solicited via the internet with four received. Work will be performed in Chesapeake, Virginia, with an estimated completion date of Aug. 9, 2020. Fiscal 2020 cost-share and civil operations and maintenance funds in the amount of $17,573,575 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0006). Safariland LLC, Casper, Wyoming, was awarded an $8,944,506 firm-fixed-price contract for a 12-gauge, direct-fire, low-hazard, non-shrapnel producing shell. Bids were solicited via the internet with one received. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 11, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-F-0161). Midwest Construction Co.,* Nebraska City, Nebraska, was awarded a $7,310,007 firm-fixed-price contract for levee rehabilitation. Bids were solicited via the internet with one received. Work will be performed in Papillion, Nebraska, with an estimated completion date of Sept. 30, 2020. Fiscal 2019 civil flood control and coastal emergencies funds in the amount of $7,310,007 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska is the contracting activity (W9128F-20-C-0012). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2081595/source/GovDelivery/

  • Pentagon budget request increases R&D funding, cuts legacy planes

    February 11, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Pentagon budget request increases R&D funding, cuts legacy planes

    By: Aaron Mehta WASHINGTON — U.S. President Donald Trump's defense budget request for fiscal 2021 includes major investments in research and development portfolios as well as “crucial” technologies as part of what the Pentagon is branding an “irreversible implementation” of the National Defense Strategy. However, the budget also features overall cuts to the Army and Navy top lines, as well as the divestment of legacy platforms from the Air Force. The president is requesting $705 billion for the Defense Department, including $69 billion in overseas contingency operations, or OCO, wartime funds. Total national security spending, including for the National Nuclear Security Administration and other outside agencies, is $740 billion, as set by a congressional budget agreement last year. Although not included in the budget documents, total top-line projections over the Future Years Defense Program, or FYDP, are $722 billion in FY22, $737 billion in FY23, $753 billion in FY24 and $768 billion in FY25, according to a senior defense official. Service budget top lines are $178 billion for the Army, a drop by $462 million from FY20 enacted levels; $207 billion for the Navy, down $1.9 billion from FY20; and $207 billion for the Air Force, up $1.7 billion from FY20. The budget also requests $113 billion for defensewide efforts, which includes the so-called fourth estate agencies, down $6.5 billion from FY20. Overall procurement funding sits at $136.9 billion. The OCO request of $69 billion is down dramatically from last year's $164 billion, and it comes in three flavors: $20.5 billion in “direct war requirements,” or funding for combat operations that will end at some point in locations like Iraq and Syria. $32.5 billion in “enduring requirements,” which covers funding for the sustainment of bases, as well as pots of money like the European Deterrence Initiative. $16 billion in “OCO for base,” a funding mechanism for money that could be in the base budget but is classified as OCO for the purpose of skirting budget caps imposed by Congress. Projection for OCO funding falls $20 billion in FY22 and FY23, and then to $10 billion for FY24 and FY25, as “certain OCO costs” are absorbed by the base budget, according to the White House's summary tables. There's no nondefense discretionary OCO proposed for FY21 or the out years. “This is a budget that makes difficult choices but they are actually choices that support the National Defense Strategy,” a senior defense official said on condition of anonymity ahead the budget rollout. “We can't have the best of everything in all areas,” the official added. “The low-hanging fruit is gone.” Among the tough choices: retiring 17 B-1 bombers, 44 A-10 planes, 24 Global Hawk drones, as well as 16 KC-10 and 13 KC-135 tankers from the Air Force. “When you look at these aircraft, they disproportionately take too much of the readiness account. That's where we've got to go,” the official said. “Those are really the tough choices we had to make. Because we can now take the additional manpower, the [spare parts], all those things we need to make those other aircraft more operationally available and have more flight hours available in the mission we need them to do.” Congress usually revises presidential budget submissions substantially before passing them into law. A prime target for lawmakers this year will be the Trump administration's favoritism for defense spending over nondefense, which contradicts the rough parity between two that's characterized bipartisan budget deals in recent years. Congress will also likely upend the administration's FY21 proposal to cut the nondefense base budget by 5.1 percent while adding 0.08 percent to the base defense budget. There are slim odds for Trump's proposal extending budget caps — set to expire next year — through 2025, wherein defense would increase by roughly 2 percent each year as nondefense discretionary decreases 2 percent each year. ‘Irreversible' Budget documents were branded with the phrase “irreversible implementation of the National Defense Strategy,” a notable signal in an election year that, should Trump not be reelected, could result in major changes to the national budget and American strategy come January. The branding in support of the NDS can be found throughout the document, even at lower levels. For instance, the Pentagon's security cooperation account has been rebranded the “NDS Implementation (NDS-I) account.” Missing from the budget request are funds for Trump's border wall with Mexico. However, CNN reported this weekend that “billions” of defense dollars will be going toward the wall effort, with an announcement expected later this week. Key defense spending accounts break down like this: Mission-support activities: $66.8 billion Aircraft and related systems: $56.9 billion Shipbuilding and maritime systems: $32.2 billion Missiles and munitions: $21.3 billion Space-based systems: $15.5 billion Ground systems: $13 billion C4I systems: $11.9 billion Missile defeat and defense programs: $11.6 billion The department is requesting $106.6 billion to fund research, development, test and evaluation (RDT&E) efforts, an increase of $2 billion over the FY20 enacted figures — something another senior defense official called the “largest [RDT&E] request in over 70 years.” Funding for that came from savings from the defensewide review, which found $5.7 billion in money to reprogram in FY21, as well as the retirement of older platforms. Four “crucial” technologies are now bunched together under a new acronym — ACE, which stands for advanced capability enablers: hypersonics at $3.2 billion, microelectronics/5G at $1.5 billion, autonomy at $1.7 billion, and artificial intelligence at $800 million. However, for the second straight year, science and technology funding for early technology development (the Pentagon's 6.1, 6.2 and 6.3 accounts) is requested at $14.1 billion; that includes $3.5 billion for the Defense Advanced Research Projects Agency. Congress plussed that funding to $16.1 billion in FY20 enacted levels, meaning the request here is $2 billion less than what the Pentagon received this current year. Cyber activates total $9.8 billion, including $5.4 billion for cybersecurity-focused projects. The rest of the funding goes toward supporting defensive cyber operations. https://www.defensenews.com/smr/federal-budget/2020/02/10/pentagon-budget-request-increases-rd-funding-cuts-legacy-planes/

  • Contract Awards by US Department of Defense - February 10, 2020

    February 11, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 10, 2020

    NAVY Carahsoft Technology Corp., Reston, Virginia, is one of eight companies to be awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. This agreement is being awarded as part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publisher under this agreement is Splunk. The BPA provides for the purchase of Splunk products and services by the DoD, U.S. intelligence community, and the Coast Guard. The overall potential value of this category of BPAs is $820,450,000. The ordering period will be for a maximum of 10 years from Feb. 10, 2020, through July 13, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-A-0022). Orion Construction Corp., Vista, California (N62473-18-D-5860); Bilbro Construction Co., Inc.,* Escondido, California (N62473-18-D-5861); Reyes Construction Inc., Pomona, California (N62473-18-D-5862); M. A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-18-D-5863); Baldi Bros. Inc.,* Beaumont, California (N62473-18-D-5864); Granite Construction Co., Watsonville, California (N62473-18-D-5865); and Hal Hays Construction Inc., Riverside, California (N62473-18-D-5866), are awarded $91,000,000 to increase the aggregate capacity of the previously-awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $249,000,000 to $340,000,000. The contracts are for new construction, renovation, and repair of various heavy horizontal and civil engineering construction projects at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. All work will be performed in California (90%); Arizona (6%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). No funds are being obligated on this award. No funds will expire. Future task orders will be primarily funded by military construction, Navy; operations and maintenance (O&M), Navy; O&M, Marine Corps; and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The NAVFAC Southwest, San Diego, California is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $22,200,000 for ceiling-priced delivery order N00383-20-F-0A30 under previously-awarded basic ordering agreement N00383-17-G-A301 for the procurement of trailing edge flaps in support of the F/A-18 C-D aircraft. Work will be performed in Emmen, Switzerland (60%); and St. Louis, Missouri (40%). Work will be completed by February 2023 with no option periods. Switzerland funds in the amount of $10,878,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. Switzerland (100%) funds will be used under the Foreign Military Sales program. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(4) and in accordance with Defense Federal Acquisition Regulation Supplement 206.302-4, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Doyon Management Services LLC,* Federal Way, Washington, was awarded a $7,898,803 firm-fixed-price contract for the retrofit and upgrade of Substation 1, Building 5100 at Naval Base Kitsap. The work to be performed provides for the retrofit of 15 kV vacuum breakers, installation of new 15 kV vacuum breakers in Substation 1, as well as upgrades, switchgear door replacements, new protective relays, protective device coordination, installation of raceways, wire, fiber optic, cabling systems and battery replacements. Work will be performed in Silverdale, Washington, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance, Navy contract funds in the amount of $7,898,803 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-20-C-5001). (Awarded Feb. 7, 2020) General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $7,826,673 modification (P00005) to a previously-awarded firm-fixed-price contract (N00019-18-C-1063). This modification provides for Group 5 unmanned air system intelligence, surveillance, and reconnaissance services. These services are in support of outside the continental U.S. (OCONUS) Task Force Southwest and U.S. Marine Corps operations utilizing contractor-owned/contractor-operated MQ-9 unmanned air systems. Work will be performed in Yuma, Arizona (35%); Poway, California (15%); and various OCONUS locations (50%), and is expected to be completed in May 2020. Fiscal 2020 operations and maintenance overseas contingency operations (Navy) funds in the amount of $7,826,673 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Capital Currency Team, Washington, District of Columbia, was awarded a $100,000,000 firm-fixed-price contract for multi-discipline architectural engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 5, 2030. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0007). ECS Federal LLC, Fairfax, Virginia, was awarded an $85,422,289 cost-plus-fixed-fee contract for research and development of artificial intelligence algorithms. Bids were solicited via the internet with one received. Work will be performed in Fairfax, Virginia, with an estimated completion date of Jan. 26, 2023. Fiscal 2020 research, development, test and evaluation funds, Army in the amount of $85,422,289 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-20-C-0019). Kentucky Office of Vocational Rehabilitation Division of Blind Services, Frankfort, Kentucky, was awarded a $59,677,871 firm-fixed-price contract for full food services at Fort Knox. Bids were solicited via the internet with five received. Work will be completed at Fort Knox, Kentucky, with an estimated completion date of Feb. 6, 2025. Field Directorate Office Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0007). Accura Engineering and Consulting Services Inc.,* Atlanta, Georgia (W91278-20-D-0012); ACT Services LLC,* Columbia, Maryland (W91278-20-D-0013); Health Facility Solutions Co.,* San Antonio, Texas (W91278-20-D-0014); Moca Systems Inc.,* Boston, Massachusetts (W91278-20-D-0015); Parsons Government Services Inc., Washington, District of Columbia (W91278-20-D-0016); Thompson Engineering Inc., Mobile, Alabama (W91278-20-D-0017); and Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (W91278-20-D-0018), will compete for each order of the $49,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers Construction Management Program. Bids were solicited via the internet with 46 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 10, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Cape Fox Facilities Services LLC, Manassas, Virginia, was awarded a $22,000,000 firm-fixed-price contract for behavioral health support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 9, 2025. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-20-D-0004). TSAY/Ferguson-Williams,* San Juan Pueblo, New Mexico, was awarded an $8,903,544 cost-plus-award-fee contract for base operations and maintenance services at Fort Stewart and Hunter Army Air Field. Bids were solicited via the internet with one received. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of July 31, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $8,903,544 were obligated at the time of the award. Mission and Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity (W9124M20C0003). (Awarded Feb. 8, 2020) AIR FORCE SigmaTech Corp., Colorado Springs, Colorado, has been awarded a hybrid labor hour and firm-fixed-price with cost reimbursement elements task order under General Services Administration One Acquisition Solution for Integrated Services (OASIS) Small Business Pool 5B indefinite-delivery/indefinite-quantity for the Office of the Assistant Secretary of the Air Force for Space Acquisition and Integration (SAF/SP) systems, engineering, and technical assistance (SETA). The base period total award amount is $14,440,691. The total amount for the base period and four one-year periods is $74,386,746. This task order provides SAF/SP technical, acquisition-related, and support advisory and assistance services in support of space activities. This task order shall also be utilized to focus on the following categories: business and staff support, secretariat and fusion, policy and integration, space control, programs and analysis, architectures and space support, and program management. Work will be primarily done in the Washington, District of Columbia, area, specifically the Pentagon and within the National Capitol Region, and is expected to be complete by Feb. 23, 2025. Fiscal 2020 operations and maintenance funds in the amount of $9,271,413 are being obligated at time of award. The Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-F-0028). Northrop Grumman Systems Corp., Clearfield, Utah, has been awarded a $9,900,000 indefinite-delivery/ indefinite-quantity contract for F-5 aircraft parts. This contract provides F-5 aircraft parts for Foreign Military Sales support. Work will be performed in Clearfield, Utah, and is expected to be complete by Oct. 22, 2023. This award is the result of a sole source acquisition. Fiscal 2020 Foreign Military Sales funds in the amount of $5,700,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8220-20-D-0001). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Aerojet Rocketdyne Inc., Huntsville, Alabama, was awarded a $12,131,241 cost-plus-fixed-fee contract for the base period of the Glide Breaker program. Work will be performed in Huntsville, Alabama (46%); Sacramento, California (29%); Orange, Virginia (14%); Healdsburg, California (8%); and Sunnyvale, California (3%), with an expected completion date of February 2021. Fiscal 2019 research, development, test and evaluation funding in the amount of $12,131,241 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR001119S0008. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0030). DEFENSE LOGISTICS AGENCY Aegis Power Systems Inc., Murphy, North Carolina, has been awarded a maximum $7,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of the power supply in support of the AN/TSQ-232 family of command post platforms. This was a sole-source acquisition using justification 41 U.S. Code 1901(e), as stated in Federal Acquisition Regulation 13.501. This is a five-year base contract with no option periods. Location of performance is North Carolina, with a Feb. 10, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0024). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2080211/source/GovDelivery/

  • European Defense Initiative funding drops in defense budget request

    February 11, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    European Defense Initiative funding drops in defense budget request

    By: Aaron Mehta WASHINGTON — The Pentagon is requesting $4.5 billion in funds for the European Deterrence Initiative, the second straight year that the department has cut its request for the program. The EDI is a special part of the department's Overseas Contingency Operations funding, focused on reassuring allies in Europe and deterring Russian aggression on the continent. The Pentagon requested $4.8 billion for EDI in FY18, a request which grew to $6.5 billion in FY19. The FY20 request, however, dropped it down to $5.9 billion. Congress plussed up the funding to $6.5 billion, meaning the department's request for this year would be a $1.5 billion cut. Funding will go towards rotational force deployment and the implementation of previously funded multiyear agreements. It will also support additional exercises in Europe and the prepositioning of U.S. equipment on the continent. Two European officials contacted by Defense News downplayed concerns, with one saying that a drop in funding is normal given the number of infrastructure projects that are being completed. Included in the EDI funding is $250 million for the Ukraine Security Assistance Initiative, which can be used to replace any “weapons or defensive articles” provided to Ukraine by the U.S. government. Such funding became a flashpoint in 2019, eventually leading to the impeachment of President Donald Trump, who was acquitted in the Senate last week. In the last National Defense Authorization Act, Congress requested that the Pentagon submit a five-year plan for EDI in FY21. Overall, the OCO funding request is $69 billion, slightly down from the $71.3 billion enacted by Congress for FY20. Other major OCO funds include $16.2 billion for operations in Afghanistan, Iraq and Syria; $7.6 billion for the replenishment of major munitions that have been expended around the globe; and $4 billion to train and support Afghanistan security forces. OCO also funds $600 million in security cooperation funding, which has now been rebranded as the National Defense Strategy-Implementation fund, or NDS-I. https://www.defensenews.com/smr/federal-budget/2020/02/10/european-defense-initiative-funding-drops-in-defense-budget-request

  • Contract Awards by US Department of Defense - February 07, 2020

    February 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - February 07, 2020

    AIR FORCE Honeywell Inc., Clearwater, Florida, has been awarded an indefinite-delivery/indefinite-quantity contract with estimated ceiling of $3,517,000,000 for Embedded GPS Inertial Navigation System Modernization (EGI/EGI-M) follow-on production and sustainment. This contract provides production, sustainment and engineering technical services in support of the EGI/EGI-M system. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 31, 2035. This contract will allow foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of $1,635,018 are being obligated for the first order of EGIs for the F-15 aircraft. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-20-D-0001). Engility Corp., Andover, Massachusetts, has been awarded a $655,000,000 firm-fixed-price, cost reimbursable indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center Development Corps Innovation & Prototype Operations at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration, and sustainment services supporting the current Ground System Enterprise throughout its evolution, including the transition to and buildout of Enterprise Ground Services. Work will be performed at Kirtland Air Force Base, New Mexico; and Schriever Air Force Base, Colorado, and is expected to be complete by July 2, 2027. This award is the result of a competitive acquisition with five proposals received. The Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA8818-20-D-0009). Highlight Technologies LLC, Fairfax, Virginia, has been awarded a $7,708,136 hybrid firm-fixed-price, time and materials modification (P00004) to previously-awarded contract FA8730-19-F-0176 for the Kessel Run Enterprise Services Software Environment for Kessel Run Experimentation Labs. This modification provides the software environment management services for the Kessel Run Experimentation Labs and brings the total cumulative face value of the contract to $14,502,143. Work will be performed in Boston, Massachusetts, and is expected to be complete by Aug. 14, 2020. Fiscal 2020 operations and maintenance funds in the amount of $2,483,737 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $347,714,510 modification to a previously-awarded fixed-price-incentive-firm-target advance acquisition contract (N00019-20-C-0009). This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of 43 lot 15 F-35 aircraft for non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in December 2023. Non-DoD participant funds in the amount of $204,964,510; and FMS funds in the amount of $142,750,000, will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. WSP USA Inc., Federal Way, Washington, is awarded a $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for waterfront projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations. Initial task order is being awarded at $5,900,965 for multi-mission dry dock alternatives feasibility and engineering study in support of environmental impact statement development, Naval Base Kitsap and Puget Sound Naval Shipyard. The work to be performed provides for an interdisciplinary team to furnish engineering and design services for waterfront projects at various locations predominantly serviced by NAVFAC NW. The design and engineering services will require expertise in architectural, mechanical, electrical, civil, structural, geotechnical, corrosion control, coastal, naval architect, fire protection, survey, cost and environmental disciplines as it pertains to Department of Defense facilities and systems. Work for this task order is expected to be completed by March 2021. All work on this contract will be performed in Washington state (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); Oregon (1%); North Dakota (1%); South Dakota (1%); and Wyoming (1%). The term of the contract is not to exceed 60 months with an expected completion date of January 2025. Fiscal 2020 operations and maintenance, Navy (O&M,N) contract funds in the amount of $5,900,965 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. NAVFAC NW, Silverdale, Washington, is the contracting activity (N44255-20-D-0001). Electric Boat Corp., Groton, Connecticut, is awarded a $38,204,181 cost-plus-fixed-fee modification to a previously-awarded contract N00024-12-C-2115 to exercise options to procure onboard repair parts for Virginia class attack submarines Pre Commissioning Unit (PCU) Arkansas (SSN 800) and PCU Utah (SSN 801). Work will be performed in Groton, Connecticut, and is expected to be completed by February 2023 for PCU Arkansas and August 2023 for PCU Utah. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $9,797,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole-source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded a $19,187,652 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-15-C-4103 for long lead time materials in support of the Virginia class attack submarines (SSN 804) and (SSN 805) propulsor components. This modification provides the required long lead time materials needed for the fixed components in support of the SSN 804 and SSN 805 Virginia class submarine propulsor. Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $19,187,652 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded $15,792,900 for a firm-fixed-price modification with reimbursable elements to a previously-awarded contract N32205-17-C-3502. This modification provides for the second one-year option for one U.S.-flagged vessel in support of the Department of Defense Logistics Agency Energy aboard the Motor Vessel Evergreen State. Work will be performed worldwide, and is expected to be completed, if all options are exercised by Jan. 8, 2023. This contract includes a one-year firm period of performance, three one-year option periods and one 11-month option period. Working capital funds (Navy) in the amount of $10,140,250 for fiscal 2020; and $5,652,650 for fiscal 2021, are obligated and will not expire. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $12,941,188 firm-fixed-price delivery order under previously-awarded basic ordering agreement N00024-19-G-5107 for shipboard and shore-based spare parts. This order covers installation and checkout, coordinated shipboard allowance list and coordinated shore-based material/maintenance allowance list spares. Work will be performed in Andover, Massachusetts (86%); Marlborough, Massachusetts (9%); and Chesapeake, Virginia (5%), and is expected to be completed by March 2022. This contract involves foreign military sales to the Republic of Korea (51%); and government of Japan (49%). Foreign Military Sales funding in the amount of $12,941,188 will be obligated at the time of award. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), this order was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-F-5108). POWER Engineers Inc., Hailey, Idaho, is awarded a $10,493,283 firm-fixed-price task order N62742-20-F-0306 modification P00003 under an indefinite-delivery/indefinite-quantity contract for various electrical engineering projects and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific area of operations. The work to be performed provides design and engineering services to prepare a design-bid-build construction package consisting of full plans, specifications, detailed cost estimate and other services as required to construct a new multi-story operations center to replace Building 112. Also included are two new single-story warehouses at U. S. Naval Computer and Telecommunications Station Finegayan and at United States Naval Base Guam (U.S. NBG); an underground pathway and ducting to support a 23-mile 288-strand fiber optic cable between Andersen Air Force Base and U.S. NBG. Work will be performed in Dededo, Guam, and is expected to be completed by November 2020. Fiscal 2019 military construction (planning and design) contract funds in the amount of $10,493,283 are obligated on this award and will not expire at the end of the current fiscal year. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-D-0002). CORRECTION: A contract action announced on Feb. 6, 2020, to Electric Boat Corp., Groton, Connecticut, for $7,598,226 should have identified a definitized contract action to previously-awarded contract N00024-16-C-2111, not “undefinitized.” All other information in the announcement is correct. ARMY L3 Technologies Inc., Muskegon, Michigan, was awarded a $59,056,763 contract for 235 eHydro-Mechanically Propelled Operational Reliability [THOR] II Transmission 800s in a mix of both new and remanufactured configurations. Bids were solicited via the internet with one received. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2021. Fiscal 2020 Army working capital funds in the amount of $59,037,500 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-15-C-0119). EA-SCF JV,* Hunt Valley, Maryland, was awarded a $45,000,000 firm-fixed-price contract for environmental services at Fort Belvoir. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0014). Dyncorp International LLC, Fort Worth, Texas, was awarded an $11,361,712 modification (P00028) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed at Fort Campbell, Kentucky; Fort Bragg, North Carolina; Bangor, Maine; and Kuwait, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $11,361,712 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity. Escal Institute of Advanced Technologies Inc., North Bethesda, Maryland, was awarded a $9,258,000 modification (P00001) to contract W911S0-19-D-0009 to provide industry standard, nationally recognized training and certifications to verify and validate student proficiency in cybersecurity roles as defined in the Joint Cyberspace Training and Certification Standards Concept of Operations. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 5, 2021. Fort Gordon, Georgia, is the contracting activity. DEFENSE LOGISTICS AGENCY Otis Products Inc.,* Lyons Falls, New York, has been awarded a maximum $33,688,736 firm-fixed-price contract for gun cleaning kits. This was a competitive acquisition with two offers received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a Feb. 6, 2023, performance completion date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0076). UPDATE: Atlantic Diving Supply Inc., doing businesses as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0051), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0010 announced May 31, 2017. UPDATE: Truck Country of Wisconsin Inc., De Forest, Wisconsin (SPE8EC-20-D-0053), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0008 announced April 20, 2017. UPDATE: Wright & Wright Machinery Co., Inc.,** Monticello, Kentucky (SPE8EC-20-D-0054), has been added as an awardee to the multiple-award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business **Veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2078385/source/GovDelivery/

  • DND Selects Seven Engineering and Costing Proposals for Space-Based Surveillance System

    February 7, 2020 | Local, Aerospace, C4ISR

    DND Selects Seven Engineering and Costing Proposals for Space-Based Surveillance System

    In December of 2019 the Department of National Defence (DND) put a call for engineering and costing studies related to a space-based surveillance system. Today DND published the companies selected to continue the process for the three streams. The three space-based surveillance system streams are: Stream 1 – Constellation Design concept. Stream 2 – Data Exploitation concept. Stream 3 -Alternate mission type design concept (non-SAR). Up to nine proposals would be selected. Seven were announced today. The companies were notified that they had been selected in late January. They have until March 31, 2020 to complete their work. No value was published for the contracts. Stream 1 – Constellation Design Concept Scope: DG Space requires a detailed engineering and costing analysis to be conducted on a space-based surveillance system constellation design concept that best meet its requirements, as described in its SBS-RD (Space-Based Surveillance Requirements document). Follow-on analysis may also be required. The companies selected for Stream 1 are; MDA Systems Ltd. UrtheCast Corp. Stream 2 – Data Exploitation Concept Scope: DG Space requires a detailed engineering and costing analysis to be conducted on a space-based surveillance system data exploitation design concept that best meet its requirements, as described in its SBS-RD (Space-Based Surveillance Requirements document). Additional analysis may also be required. The companies selected for Stream 2 are; MDA Systems Ltd. Airbus Defence and Space GmbH UrtheCast Corp. Stream 3 – Alternate Mission Concept Scope: DG Space requires a detailed engineering and costing analysis to be conducted on a space-based surveillance system alternate mission type (non-SAR) design concept that best meet its requirements, as described in its SBS- RD (Space-Based Surveillance Requirements document). Additional analysis may also be required. The companies selected for Stream 3 are; MDA Systems Ltd. Satconsult https://spaceq.ca/dnd-selects-seven-engineering-and-costing-proposals-for-space-based-surveillance-system

Shared by members

  • Share a news article with the community

    It’s very easy, simply copy/paste the link in the textbox below.

Subscribe to our newsletter

to not miss any news from the industry

You can customize your subscriptions in the confirmation email.