Filter Results:

All sectors

All categories

    3578 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - August 2, 2019

    August 5, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 2, 2019

    AIR FORCE HEBCO Inc., Oklahoma City, Oklahoma, has been awarded an $80,000,000 indefinite-delivery/indefinite-quantity contract for A-10 technical order sustainment. This contract provides for 10 years of non-personal technical services in support of technical order sustainment activities by providing technically accurate and up-to-date digital technical data. Work will be performed at Oklahoma City, Oklahoma; and Clearfield, Utah, and is expected to be complete by Aug. 1, 2030. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $445,739 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-19-D-0003). The Boeing Co., Seattle, Washington, has been awarded a not-to-exceed $55,500,000 undefinitized contract action modification (P00177) to the previously awarded, FA8625-11-C-6600, for KC-46 engineering, manufacturing and development contract. This modification is for the system level hardware and software critical design review of the boom telescope actuator redesign. Work will be performed at Seattle, Washington, and is expected to be completed February 2021. Fiscal 2018 research and development funds in the amount of $20,845,672 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Rockwell Collins Simulation & Training Solutions, Cedar Rapids, Iowa, has been awarded a $40,219,702 indefinite-delivery/indefinite-quantity contract for E-8 Aircrew Training Device sustainment. This contract provides for contractor logistics support and training system support center operations of the Joint Surveillance Target Attack Radar System Aircrew Training Device. Work will be performed at Robins Air Force Base, Georgia; and Sterling, Virginia, and is expected to be complete by Aug. 3, 2029. This award is the result of a sole-source acquisition. Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $3,556,865 are being obligated on the first delivery order at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8529-19-D-0001). Raytheon Co. Space and Airborne Systems, McKinney, Texas, has been awarded a $23,817,657 contract for two prototype High Energy Laser Weapon Systems (HELWS). This award provides for outside continental U.S. (OCONUS) field assessment for purposes of experimentation including, but is not limited to, 12 months of in-field operation by Air Force personnel against unmanned aerial systems threats. Work will be performed OCONUS and is expected to be completed by Nov. 1, 2020. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $23,817,657 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8650-19-9-9326). DEFENSE LOGISTICS AGENCY C&C Produce Inc.,* North Kansas City, Missouri, has been awarded a maximum $48,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a 36-month contract with no option periods. Locations of performance are Kansas and Missouri, with a July 30, 2022, performance completion date. Using customers are Army, Air Force, and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P345). ARMY NTVI Enterprises LLC,* Falls Church, Virginia (W9127S-19-D-6001); Global Engineering & Construction LLC,* Renton, Washington (W9127S-19-D-6002); KJS Support Services JV LLC,* Fort Worth, Texas (W9127S-19-D-6003); and Royce Construction Services LLC,* Reston, Virginia (W9127S-19-D-6000), will compete for each order of the $45,000,000 firm-fixed-price contract for mechanical infrastructure repair services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 1, 2022. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity. American Ordnance, Middletown, Iowa, was awarded a $43,351,782 modification (0003 28) to contract W52P1J-16-D-0050 for M795 155mm projectile load assemble and pack. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2022. Fiscal 2017, 2018 and 2019 procurement of ammunition, Army funds in the amount of $43,351,782 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY HGSNet LLC, Vienna, Virginia, was awarded a Direct 8(a), firm-fixed-price contract, HC1084-19-C-0006, for development, deployment and sustainment (DD&S) services. These services include requirements analysis, software engineering, systems integration and interoperability, data engineering and management, test, deployment, and development, security and operations (DevSecOps), cloud, infrastructure engineering and transitioning systems to operations in support of the National Background Investigations System. The place of performance will be at the contractor's location in Vienna, Virginia. The contract ceiling is $21,932,725 funded by fiscal 2019 research, development, testing and evaluation funds; and operations and maintenance funds. The proposal was solicited via email to HGSNet LLC. The period of performance consists of one one-year base period and one six-month option period. The period of performance for the base year is Aug. 5, 2019, through Aug. 4, 2020, and the option period follows through to Feb. 5, 2021. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. Kapili Services LLC, Orlando, Florida, was awarded a Direct 8(a), firm-fixed-price contract, HC1084-19-C-0005, for system engineering and technical assistance (SETA) support services. The face value of this action is $18,095,364 funded by fiscal 2019 operations and maintenance funds. The total cumulative value of the contract is $18,095,364. Performance will be at the contractor's facility located in Orlando, Florida. The proposal was solicited via email to Kapili Services LLC. The period of performance consists of one one-year base period and two one-year options. The period of performance is for the base year is Aug. 5, 2019, through Aug. 4, 2020, and the option years follow consecutively through Aug. 4, 2022. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. NAVY The Boeing Co., St. Louis, Missouri, is awarded $8,905,835 for modification P00023 to a previously awarded cost-plus-fixed-fee contract, N00019-16-C-0032, to continue software development efforts for calendar year 2019 in support of the Next Generation Jammer. Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,905,835 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. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1924880/source/GovDelivery/

  • Contract Awards by US Department of Defense - Aug 1, 2019

    August 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - Aug 1, 2019

    DEFENSE LOGISTICS AGENCY Tesoro Refining and Marketing Co., San Antonio, Texas (SPE602-19-D-0506, $348,692,953); BP Products North America Inc., Chicago, Illinois (SPE602-19-D-0514, $315,599,804); Par Hawaii Refining LLC, Houston, Texas (SPE602-19-D-0510, $271,274,321); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-19-D-0504, $260,554,844); Equillon Enterprises LLC, doing business as Shell Oil Products, Houston, Texas (SPE602-19-D-0509, $228,126,037); BP West Coast Products LLC, Blaine, Washington (SPE602-19-D-0512, $157,502,370); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-19-D-0513, $156,746,055); Petro Star Inc.,* Anchorage, Alaska (SPE600-19-D-0505, $110,836,555); Phillips 66 Co., Houston, Texas (SPE602-19-D-0515, $58,246,377); Epic Aviation LLC, Salem, Oregon (SPE602-19-D-0508, $38,905,276); and Sinclair Oil Corp.,* doing business as Sinclair, Salt Lake City, Utah, (SPE602-19-D-0507, $38,197,366), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-19-R-0703 for various types of fuel. These were competitive acquisitions with 21 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas, Illinois, Washington, Alaska, Oregon, Utah, and the Rocky Mountain Region of the continental U.S., with an Oct. 30, 2020, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $52,630,968 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JA1 jet fuel. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with a 30-day carryover. Location of performance is Alaska, with an Oct. 30, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0517). Sysco Raleigh LLC, Selma, North Carolina, has been awarded a maximum $49,019,871 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 286-day contract with no option periods. Location of performance is North Carolina, with a May 16, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3230). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $27,537,300 firm-fixed-price requirements contract for pneumatic tire wheel assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a July 29, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0130). (Awarded July 30, 2019) U.S. TRANSPORTATION COMMAND Crowley Logistics Inc., Jacksonville, Florida, has been awarded a contract modification, P00009, on contract HTC711-17-D-R003 in the estimated amount of $328,000,000. This modification provides continued surface transportation coordination services for the movement of freight within the continental U.S. and Canada under the Department of Defense Freight Transportation Services program to the Defense Logistics Agency and Defense Contract Management Agency. Work will be performed in the continental U.S. and in Canada. The period of performance is from Aug. 1, 2019, to July 31, 2020. Fiscal 2019 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract from $110,285,829 to $438,285,829. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE Raytheon Co., Woburn, Massachusetts, has been awarded a $36,250,251, firm-fixed-price contract modification (P00014) to previously awarded contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for procurement and storage of obsolescent spares in support of QEWR sustainment. The modification brings the total cumulative face value of the contract to $1,094,776,076. Work will be performed in Woburn, Massachusetts, and is expected to be completed by August 2023. This modification involves 100% foreign military sales to the country of Qatar. Foreign Military Sales funds in the amount of $36,250,251 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Summers Concrete Contracting Inc., Hahira, Georgia, has been awarded a ceiling $25,000,000 indefinite-delivery/indefinite-quantity contract for repair airfield pavements. This contract provides for repair or alteration of airport runways and taxiways construction requirements. Work will be performed at Moody Air Force Base, Valdosta, Georgia; and Sebring, Florida, and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity (FA4830-19-D-A001). Verdis-Takisaki JV, Coeur d'Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d'Alene, Idaho (FA4620-19-D-A010); Global-Northcon JV, Hayden, Idaho (FA4620-19-D-A011); and Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity multiple award task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition and eight offers were received. Fiscal 2019 operation and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity. L3 Technologies Inc., Link Training & Simulation Division, Arlington, Texas, has been awarded a $10,411,380 cost-plus-fixed-fee contract task order modification (P00011) to the previously awarded FA8621-19-6251 task order for F-16 aircraft simulator training program services. This contract modification will provide aircraft concurrency requirements for the M7.3 Operation Flight Plan to deliver medium and high-fidelity simulation capability to train pilots for the F-16 aircraft platform. The modification brings the total cumulative face value of the contract to $28,440,800. Work will be performed at Arlington, Texas, and is expected to be completed by March 31, 2021. Fiscal 2019 research and development funds in the amount of $800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contract activity. University of Dayton Research Institute, College Park, Dayton, Ohio, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides enhancement and improvement to the non-destructive evaluation capabilities for aerospace structures and components. This contract promotes discovery and provides increased accuracy, precision, reliability and optimization of the material state awareness of aerospace materials. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 3, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $304,000 will be obligated at the time of award via task order 0001. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5230). ARMY Kinder Brothers Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0009); SYTE Corp.,* Chicago, Illinois (W912EQ-19-D-0007); Randy Kinder Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0008); and C&M Contractors Inc.,* Doniphan, Missouri (W912EQ-19-D-0006), will compete for each order of the $50,000,000 firm-fixed-price contract for all plant, labor, materials and equipment for construction of relief wells, repairs to existing relief wells and construction of earthen berms. 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 Aug. 20, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. Sehlke Consulting LLC,* Arlington, Virginia, was awarded a $9,999,500 order-dependent contract for financial management 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 Aug. 9, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-A-0001). P&S Construction Inc.,* North Chelmsford, Massachusetts, was awarded a $9,457,700 firm-fixed-price contract for construction of a small arms range at Westover Air Reserve Base, Massachusetts. Bids were solicited via the internet with two received. Work will be performed in Westover, Massachusetts, with an estimated completion date of Dec. 9, 2020. Fiscal 2016, 2017 and 2018 military construction funds in the amount of $9,457,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0020). Nisou LGC JV LLC,* Detroit, Michigan, was awarded an $8,945,520 firm-fixed-price contract for construction of the aerial port facility at Grissom Air Reserve Base, Indiana. Bids were solicited via the internet with two received. Work will be performed in Grissom, Indiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2015, 2017 and 2019 military construction funds in the amount of $8,945,520 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0026). Navistar Defense LLC, Lisle, Illinois, was awarded a $7,766,045 firm-fixed-price contract for 4x4 cargo trucks, 6x6 general transport truck, 6x6 30 ton recovery wrecker and medium tactical vehicles general transport truck spares. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,766,045 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0455). NAVY Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded $18,849,765 for cost-plus award-fee order N62786-19-F-0055 against the previously awarded basic ordering agreement N00024-15-G-2303 to provide engineering and management services for LCS-15 post shakedown availability. Lockheed Martin will provide support of the following: 62,462 man-hours level of effort; and to provide the work specification, pre-fabrication and material. Work will be performed in Moorestown, New Jersey (37%); Mayport, Florida (35%); Hampton, Virginia (14%); and Washington, District of Colombia (14%), and is expected to be complete by January 2021. Fiscal 2013 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $13,631,677 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $8,411,293 cost-plus-fixed-fee delivery order for MK38 Gun Weapon System Repair Program support. This contract action is for labor, material and services required to support the Gun Weapon System Repair Program in pre/post testing, removal/installation, refurbishment, fleet technical assistance, maintenance, training and fleet modernization of MK 38 machine gun system. Work will be performed in Norfolk, Virginia (29%); San Diego, California (27%); Yokosuka, Japan (16%); Manama, Bahrain (7%); Rota Spain (7%); Everett, Washington (4%); Tacoma, Washington (4%); Pearl Harbor, Hawaii (4%); and Pascagoula, Mississippi (2%), and is expected to be complete by September 2021. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 weapons procurement (Navy and Coast Guard) in the amount of $1,050,000 will be obligated at the time of award, and $750,000 will expire at the end of the current fiscal year. This delivery order was solicited as a sole source under basic ordering agreement N00174-18-G-0001 in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Indian Head, Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0420). Leidos Innovations Corp, Gaithersburg, Maryland, is awarded an $8,208,133 performance-based, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Micro-processor En-route Automated Radar Tracking System (MEARTS). The contract is for the acquisition of hardware, software, logistics and on-call help desk support for MEARTS. The contract includes a single five-year ordering period and one six-month option to extend services in accordance with Federal Acquisition Regulations (FAR) Clause 52.217-8. The option period, if exercised, would bring the cumulative value of this contract to an estimated $8,737,303. Work will be performed in Charleston, South Carolina, and is expected to be completed by January 2025. An order utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $605,690 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) only one Responsible Source FAR Subpart 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-19-D-1001). EFW Inc., Fort Worth, Texas, is awarded $7,228,544 for firm-fixed-price delivery order N68335-19-F-0006 against a previously issued basic ordering agreement (N00019-17-G-0014). This delivery order procures 15 Fast Characterization Tools, 15 Helmet Kit Modification Fixtures, 15 Ready Room Testers and 20 Night Vision Goggle Modification Kits for the V-22 Color Helmet Mounted Display System. In addition, this delivery order provides drawing packages and the upgrade of five Fast Characterization Tools. Work will be performed in Haifa, Israel (70%); and Fort Worth, Texas (30%), and is expected to be completed in October 2020. Fiscal 2017 aircraft procurement (Air Force); and fiscal 2019 procurement defense-wide funds in the amount of $7,228,544 will be obligated at time of award, $3,496,053 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. DEFENSE INTELLIGENCE AGENCY CoSolutions EIS JV LLC,* Sterling, Virginia, was awarded a labor hour contract (HMM402-19-F-0098) with an estimated total value of $10,000,148 to support intelligence training in Europe. Work will be performed at the Regional Joint Intelligence Training Facility at RAF Molesworth, United Kingdom; Patch Barracks, Stuttgart, Germany; and, on a temporary duty basis, at other locations in Europe and within the continental U.S. The expected completion date is July 31, 2024, if all options are exercised. Fiscal 2019 operations and maintenance funds in the amount of $1,713,015 are being obligated at time of award. This contract was solicited through a small business set aside and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1923647/source/GovDelivery/

  • Department of Defense Selected Acquisition Reports (SARs) - December 2018

    August 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Department of Defense Selected Acquisition Reports (SARs) - December 2018

    The Department of Defense (DoD) has released details on major defense acquisition program cost, schedule, and performance changes since the December 2018 reporting period. This information is based on the comprehensive annual Selected Acquisition Reports (SARs) for the first quarter of FY 2019, as updated by the President's Fiscal Year (FY) 2020 budget submitted to Congress on March 11, 2019. SARs summarize the latest estimates of cost, schedule, and performance status. These reports are prepared annually in conjunction with submission of the President's Budget. Subsequent quarterly exception reports are required only for those programs experiencing unit cost increases of at least 15 percent or schedule delays of at least six months. Quarterly SARs are also submitted for initial reports, final reports, and for programs that are rebaselined at major milestone decisions. The total program acquisition cost estimates provided in the SARs include research and development, procurement, military construction, and acquisition-related operations and maintenance. These totals reflect actual costs to date as well as future anticipated costs. All estimates are shown in fully inflated then-year dollars. The prior current estimate of program acquisition costs for programs covered by SARs for the reporting period for December 2017 (83 programs) was $1,917,840 million. The current estimate for December 2018 (87 programs) is $2,018,684 million. Quantity changes account for the majority of the $101,000 million increase (+$51,000 million), in addition to scope changes (+$18,000 million) and revised indices (+$11,500 million). 16 of the 20 programs with quantity changes are either equal to or underrunning their current baseline costs, as well as 60 of the 84* SARs reporting Unit Cost this SAR cycle overall. To view the full news release and SAR Summary Tables, click here. https://dod.defense.gov/News/News-Releases/News-Release-View/Article/1923492/department-of-defense-selected-acquisition-reports-sars-december-2018/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 31, 2019

    August 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 31, 2019

    ARMY Medico Industries Inc.,* Wilkes Barre, Pennsylvania, was awarded an $891,165,000 fixed-price with economic-price-adjustment contract to manufacture and deliver 155mm M795 projectile metal parts and 120mm mortar shell bodies. 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 July 23, 2029. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0084). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $481,576,687 hybrid (cost-no-fee, cost-plus-incentive-fee and firm-fixed-price) contract for Common Infrared Countermeasure Quick Reaction Capability 3. 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 July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0110). BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded a $242,251,919 hybrid (cost-no-fee, cost-plus-fixed-fee and cost-plus-incentive-fee) contract for systems engineering, integration, logistics, and other technical support services for the OT-225 Advanced Threat Infrared Countermeasures System and the AN/AAR-57(V) Common Missile Warning System. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0102). Medico Industries Inc.,* Wilkes Barre, Pennsylvania, was awarded a $214,864,648 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for property management of Scranton Army Ammunition Plant. 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 July 23, 2034. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0075). Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $160,814,850 cost-plus-fixed-fee contract for engineering and technical services to support the Sentinel Radar. 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 July 31, 2019. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0030). Raytheon Co., Indianapolis, Indiana, was awarded a $48,756,859 hybrid (cost-no-fee and cost-plus-fixed-fee) contract for Air Soldier System engineering 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 July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0109). L3 Technologies Inc., Muskegon, Michigan, was awarded a $36,031,861 modification (P00077) to contract W56HZV-15-C-0119 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of May 31, 2020. Fiscal 2018 procurement of weapons and tracked combat vehicles, Army funds in the amount of $36,031,861 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. HNTB Corp., Kansas City, Missouri, was awarded a $10,747,350 firm-fixed-price contract for engineering design services. One bid was solicited with one bid received. Work will be performed in Kansas City, Missouri, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 flood control and coastal emergencies, civil funds in the amount of $10,747,350 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-1009). AIR FORCE Lockheed Martin Corp., doing business as Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $799,955,939 firm-fixed-price incentive contract for F-16 aircraft production. This contract provides for the production and support of 14 Slovak Republic F-16 block 70 aircraft. Work will be performed at Greenville, South Carolina, and is expected to be completed by Jan. 31, 2024. This contract award involves 100% foreign military sales to the Slovak Republic. This award is the result of a Slovak Republic conducted competition. Foreign Military Sales funds in the amount of $799,955,939 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8615-19-C-6053). Lockheed Martin Corp., doing business as Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $315,604,174 cost-plus-fixed-fee contract, for F-16 Contractor Logistics Support Phase IV. This contract provides the contractor logistics support and establish a training detachment at Balad Air Base, Iraq, for the government of lraq. Work will be performed at Balad Air Base, Iraq; and Greenville, South Carolina, and is expected to be complete by Dec. 31, 2022. This contract involves 100% foreign military sales to the country of Iraq. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $29,819,883 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8615-19-C-6051). JE DUNN Construction Co., Kansas City, Missouri, has been awarded a $158,000,000 firm-fixed-price contract for repair of the Cadet Chapel at the Air Force Academy in Colorado Springs, Colorado. This contract provides for repairing the building envelope, protection of exposed facility interiors/artifacts, abatement/disposal of hazardous materials, cleaning/replicate/replace historical colored glass (dalles de verre), replacement of interior lighting and controls, and installment of new fire protection system and life safety upgrades. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Nov. 1, 2022. This award is the result of a competitive acquisition with one offer received. Fiscal 2019 operations and maintenance funds in the amount of $158,000,000 are being obligated at the time of award. The Air Force Installation Contracting Center, San Antonio, Texas (FA8903-19-C-0021). Two Six Labs LLC,* Arlington, Virginia, has been awarded a $95,119,268 cost-plus-fixed-fee contract for project IKE. The objective of IKE is to develop automated artificial intelligence/machine learning techniques to assist human understanding of the cyber battlespace, support development of cyber warfare strategies and measure and model battle damage assessment. Work will be performed in Arlington, Virginia, and is expected to be completed by July 30, 2024. This award is the result of a competitive acquisition with two offers received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,400,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1507). Advanced Electronics Co. Ltd., Riyadh, Saudi Arabia, has been awarded a $57,806,293 contract modification (P00013) to previously awarded contract FA8730-16-C-0019 for the Royal Saudi Air Force F-15SA Cyber Protection System and Related Facilities program. This modification provides for the construction of a secure communications facility at the Royal Saudi Air Force (RSAF) Headquarters. Work will be performed at RSAF Headquarters, Riyadh, Kingdom of Saudi Arabia, and is expected to be completed by July 31, 2022. This contract involves foreign military sales to Saudi Arabia. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $57,806,293 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. IBM Corp., Reston, Virginia, has been awarded an $8,729,010 firm-fixed-price contract for advisory and assistance support. This contract will provide for the development, implementations, analysis and provision of policies, guidance, oversight, career field management and human capital management programs across the civil engineer enterprise. Work will be performed at Arlington, Virginia, and is expected to be completed by May 17, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2019 operations and maintenance funds in the amount of $8,729,010 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A152). NAVY Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded a $290,577,495 cost-plus-fixed fee modification to add Year Two to previously-awarded contract N00024-18-C-2106 to prepare and make ready for the refueling and complex overhaul (RCOH) of USS John C. Stennis (CVN 74). This modification will provide for fiscal 2019-2020 advance planning efforts, including material forecasting; long-lead-time material procurement; purchase order development; technical document and drawing development; scheduling; resource forecasting and planning; development of cost estimates for work to be accomplished; data acquisition; pre-overhaul tests and inspections, and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. This contract action includes options for the third year of planning which, if exercised, would bring the cumulative value to $476,949,310. Work will be performed in Newport News, Virginia, and is expected to be completed by July 2020. Fiscal 2019 shipbuilding and conversion (Navy) incremental funding in the amount of $107,500,000 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. SSFM-NOEI LLC, Honolulu, Hawaii, is being awarded a maximum amount $100,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for various structural projects and other projects primarily under the cognizance of Naval Facilities Engineering Command Hawaii. The work to be performed provides for architect-engineer structural services with associated multi-discipline architect-engineer support services. Services include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops, design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies, site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; and furniture, fixtures, and equipment packages; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps and other government facilities in Hawaii (100%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Marine Corps) 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 military construction planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with one proposal received. Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity (N62478-19-D-5033). AEG Group Inc.,* Grayslake, Illinois, is awarded an $85,571,796 fixed-price, indefinite-delivery/indefinite-quantity contract to provide for up to 33,382 Motorola brand name ultra high frequency, very high frequency, and multiband radios in support of the Commander, Navy Installations Command Enterprise Land Mobile Radio modernization. Work will be performed in Grayslake, Illinois, and is expected to be completed in July 2024. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $502,792 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0154). Duke Energy Progress, Raleigh, North Carolina, is awarded $48,787,671 for firm-fixed-price task order N40085-19-F-9253 under a General Services Administration area-wide contract (GS-00P-14-BSD-1005) for the implementation of eight energy conservation measures at Marine Corps Base, Camp Lejeune. The work to be performed provides for implementation of cost-effective energy conservation measures that include installation of automatic meter-reading (AMR) compliant meters, upgrade AMR meters at photovoltaic locations, provide a new mobile meter data collector and meter data management software, retrofit existing lighting systems with light emitting diode systems, retrofit all elevated taxiway, runway, taxiway, in-pavement and approach lighting, upgrade multiple substations and replace heating, ventilation, and air conditioning chillers. The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $33,114,052 are obligated on this award and will expire at the end of the current fiscal year. The Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation. For this project, the Navy has agreed to pay for the remaining costs of services/construction from project financing which will be obtained by Duke Energy Progress. The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Teehee Bishop JV,* Carlsbad, California, is awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for new work, additions, alterations, maintenance, and repairs of roofing systems at Naval Weapons Station, Seal Beach and Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, new work, additions, alterations, maintenance and repairs of roofing systems projects. Work will be performed in Seal Beach, California (50%); and Oceanside, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2630). CDW Government LLC, Vernon Hills, Illinois, is awarded a master limit $26,669,800 firm-fixed-price, blanket purchase agreement for the purchase of a maximum 6,800 Panasonic CF-20 Toughbooks and accessories. Work will be performed in Vernon Hills, Illinois, and is expected to be complete by July 30, 2022. Fiscal 2019 procurement (Marine Corps) funds in the amount of $6,826,905 will be obligated on the first delivery order immediately following contract award. Funds will expire the end of the current fiscal year. This contract was competitively procured via the General Services Administration eBuy website, with five quotes received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-A-5136). The Boeing Co., St. Louis, Missouri, is awarded $25,345,439 for modification P00003 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-1057). This modification continues the Phase I design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response (SLAM-ER) production line for the government of Saudi Arabia. In addition, this modification provides for the redesign of obsolete parts to replace obsolete, nearly obsolete or uneconomical parts to support SLAM-ER weapon system production and improve future sustainment. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middleton, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $25,345,439 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. The Boeing Co., Seattle, Washington, is awarded $17,647,771 for firm-fixed-price delivery order N00019-19-F-2947 against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides for the production and delivery of 27 Sixth Mission Crew Workstation (MCW) Retrofit B-kits for the Navy in support of P-8A Lots One through Three aircraft, and four Sixth MCW Retrofit B-kits for the government of Australia in support of P-8A Lot Six aircraft. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in January 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and cooperative partner funds in the amount of $17,647,771 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. The Boeing Co., Seattle, Washington, is awarded $16,853,707 for modification P00179 to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112). This modification provides for the production and delivery of 29 Sixth Mission Crew Workstation Retrofit B-kits in support of P-8A production lots four and five. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in December 2021. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $7,539,663 will be obligated at time of award, all of which has expired. Prior approval was granted to obligate expired funds. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. J&J Contractors Inc.,* North Billerica, Massachusetts, is awarded $12,267,000 for firm-fixed-price task order N40085-19-F-5728 under a previously awarded multiple award construction contract (N40085-17-D-5050) for Sims Hall center wing upgrades at the Naval War College, Naval Station, Newport. The work provides for extensive interior renovation to the first, second, and third floors of the center wing of Sims Hall. This requirement includes expanding the existing secure room area currently located in the center wing and east connector, new building addition of a stair and elevator tower to the east side of the center wing, and complete removal of the electrical, and mechanical and plumbing systems. Work will be performed in Newport, Rhode Island, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,267,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. NexGen Communications LLC, Nashua, New Hampshire, is awarded an $11,640,404 indefinite-delivery/indefinite-quantity contract to provide up to 1,500 each remote display units and filter box kits in support of the Family of Special Operations Vehicles Ground Mobility Vehicle 1.1 and the Mine Resistant Ambush Protected platforms. Work will be performed in Nashua, New Hampshire, and is expected to be completed in July 2024. Fiscal 2019 other procurement defense-wide funds in the amount of $128,205 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0046). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $10,314,373 for cost-plus-fixed-fee delivery order N00019-19-F-4033 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for non-recurring engineering required to develop, qualify and test an updated APR-39D(V)2 processor configuration. In addition, this delivery order will procure 16 Digital Receiver Processor (DRP) 2 circuit card assemblies (CCA) for the Army and six for the Navy. Four of the six DRP2 CCAs procured for the Navy will be retrofitted into the APR-39D(V)2 processor establishing an updated configuration. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in July 2021. Fiscal 2019 aircraft procurement (Army and Navy) in the amount of $10,314,373 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. Military & Federal Construction Co.,* Jacksonville, North Carolina, is awarded $9,852,959 for firm-fixed-price task order N4008519-F-6226 under a previously awarded multiple award construction contract (N40085-16-D-6303) for repairs to Bachelor Enlisted Quarters (BEQ) 4199 at Marine Corp Air Station, Cherry Point. The work provides improvements and repairs to existing BEQ 4199, replacing windows and doors, replacing and providing new interior finishes, minor structural modifications, providing a sprinkler fire suppression system, fire alarm system modifications, replacement and repair of plumbing, mechanical and electrical systems, repairs and resurfacing of existing parking areas. Work will be performed in Havelock, North Carolina, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $9,852,959 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity. Vertex Aerospace LLC, Madison, Mississippi, is awarded $9,556,334 for modification P00003 to a previously issued firm-fixed-price contract (N00019-17-C-0080). This modification is for Automatic Dependence Surveillance-Broadcast Out installs and also exercises an option for organizational and intermediate depot maintenance and logistics and supply support for three KC-130J aircraft for the government of Kuwait under the Foreign Military Sales (FMS) program. Work will be performed at the Abdullah Al-Mubarak Air Base, Kuwait, and is expected to be completed in August 2020. FMS funds 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. Military & Federal Construction Co.,* Jacksonville, North Carolina, is awarded $8,870,147 for firm-fixed-price task order N40085-19-F-6215 under a previously awarded multiple award construction contract (N40085-16-D-6303) for repairs to Bachelor Enlisted Quarters (BEQ) 4200 at Marine Corps Air Station, Cherry Point. The work provides for improvements and repairs to existing BEQ 4200, replacing windows and doors, replacing and providing new interior finishes, minor structural modifications, providing a sprinkler fire suppression system, fire alarm system modifications, replacement and repair of plumbing, mechanical and electrical systems, repairs and resurfacing of existing parking areas. Work will be performed in Havelock, North Carolina, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $8,870,147 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity. Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $8,723,882 for cost-plus-fixed-fee delivery order N00019-19-F-0306 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for non-recurring engineering required to modify software to correct software deficiencies identified by the Navy and Marine Corps aircrews and test community in the Navy Large Aircraft Infrared Countermeasures AN/AAQ-24 system. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in May 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,723,882 will be obligated at time of award, $3,199,581 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. TOTE Services Inc., Jacksonville, Florida, is being awarded an $8,065,927 modification under a previously awarded firm-fixed-price contract (N32205-18-C-3002) with reimbursable elements for operation and maintenance of the offshore petroleum discharge system vessels. Work will be performed at sea worldwide, and is expected to be completed July 2020. If all options are exercised, work will continue through July 31, 2023. Navy working capital funds in the amount of $8,065,927 are obligated at the time of award, and will not expire at the end of the fiscal years. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with four offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Coastal Enterprises of Jacksonville Inc.,* Jacksonville, North Carolina, is awarded an $8,054,652 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-16-D-6318) to exercise Option Three for grounds maintenance services at Marine Corps Base, Camp Lejeune; Marine Corps Air Station, New River; and other outlying locations. The work to be performed provides for grounds maintenance services that will maintain landscaping, mowing, trimming grass, weed control, and fire ant treatment for the Camp Lejeune complex which include commands such as the Naval Hospital, Marine Corps Special Operations Command and Department of Defense Dependent Schools. After award of this option, the total cumulative contract value will be $31,447,230. Work will be performed in Jacksonville, North Carolina, and is expected to be completed July 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $4,593,444 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Nova Group Inc., Napa, California, is awarded $7,425,000 for firm-fixed-price task order N44255-19-F-4332 under a previously awarded multiple award construction contract (N44255-14-D-9006). The work to be performed includes removing piles, installing piles, demolishing concrete deck, building roof sections, restoring concrete deck, repairing miscellaneous damaged utilities, repairing spalling piles and pile caps and replacing corroded or missing utility hangers. The work is located at the Naval Magazine, Indian Island. Work will be performed on the ammunition pier and will include the removal of nine existing concrete piles and the installation of nine new concrete piles. The total task order amount with the exercise of the option will be $7,425,000. Work will be performed in Port Hadlock, Washington, and is expected to be completed by March 15, 2021. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $7,425,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity. Quality Performance Inc., Fredericksburg, Virginia, was awarded $7,021,996 for modification P00003 to a previously awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68335-15-D-0031). This modification increases the ceiling of the contract to procure up to 14 additional Moriah Wind Systems as well as associated sub-components, ancillary components, repair services and as required, non-recurring engineering to support engineering change proposals for the Aircraft Launch and Recovery Equipment Moriah program. Work will be performed in Fredericksburg, Virginia, and is expected to be completed in September 2021. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity. (Awarded July 29, 2019) DEFENSE HEALTH AGENCY Deloitte LLP, Arlington, Virginia, was awarded a five-year contract (one-year base and four option periods) with an estimated value of $197,277,630. This contract supports the Defense Health Agency (DHA), Deputy Assistant Director for Information Operations, Solutions Delivery Division (SDD). This entails performing a variety of functions, such as configuration management, information assurance, training support, deployment activities, and other business, technical and administrative functions necessary for sustaining existing SDD products and project lines, including: Armed Forces Health Longitudinal Technology Application; the Composite Health Care System; the Clinical Data Repository; Essentris®; the Health Artifact and Image Management Solution; the Interagency Comprehensive Plan for Care Coordination Support; the Defense Medical Logistics Support System; and the Defense Occupational and Environmental Health Readiness System – Industrial Hygiene. This contract was competitively awarded under the General Services Administration's eBuy vehicle; DHA received three offers. Location of performance is inside the U.S. The base year will be funded with fiscal 2020 operations and maintenance funding in the amount of $34,213,809. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT0011-19-F-0068). DEFENSE LOGISTICS AGENCY Viasat Inc., Carlsbad, California, has been awarded a maximum $28,379,192 firm‐fixed-price, indefinite-delivery/indefinite‐quantity contract for small tactical terminals. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five‐year contract with no option periods. Location of performance is California, with a May 30, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0070). Baxter Healthcare Corp., Deerfield, Illinois, has been awarded a maximum $24,354,889 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. To date, this is the eighth contract awarded from standing solicitation SPE2D0-15-R-0002. Location of performance is Illinois, with a July 30, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 Warstopper funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0004). South Alabama Regional Airport Authority, Andalusia, Alabama, has been awarded a minimum $11,474,983 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 44-month contract with one six-month option period. Location of performance is Alabama, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0112). Avfuel Corp., Ann Arbor, Michigan, has been awarded a maximum $8,611,528 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 responses received. This is a 43-month contract with one six-month option period. Locations of performance are Michigan and Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0107). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1922486/source/GovDelivery/

  • Rheinmetall Acquires Provectus, a Canadian Robotics Specialist

    August 1, 2019 | Local, Aerospace, Land, C4ISR, Security

    Rheinmetall Acquires Provectus, a Canadian Robotics Specialist

    The takeover of the Canadian company Provectus Robotics Solutions Inc. expands Rheinmetall's technological capabilities in the field of robotics and autonomous driving. In future, both halves of the Group – Automotive and Defence – will benefit from the know-how of the newly acquired robotics specialist. Automation and digitization are among the vital Group-spanning technology clusters which Rheinmetall is systematically working to expand, concentrating knowledge and capacities in order to exploit additional future growth potential. Effective 1 June 2019, Rheinmetall Canada Inc., a subsidiary of the Düsseldorf-based Rheinmetall Group, took over a 100% stake in the Ottawa-based company. Founded in 2010, Provectus Robotics Solutions is a young company specializing in the development of advanced robotic systems and software. Though now owned by Rheinmetall Canada, Provectus will continue to operate under its previous managing director, Paul Rocco. In recent product presentations, Rheinmetall has generated great interest with its Mission Master unmanned multi-mission vehicle, which is based on Provectus technology, modified for military use by Rheinmetall Canada. Everything points to unmanned ground vehicles playing an increasingly important role in future military operations on land, much like unmanned air vehicles in an aviation context. Some will serve in an unarmed logistic or reconnaissance role; others will function as mobile weapon platforms. “We have already been working closely with Provectus in our unmanned ground vehicle project. This vertical integration gives us a decisive advantage in the field of autonomous mobility technology", said Stéphane Oehrli, president and CEO of Rheinmetall Canada. “Since this capacity is also a key enabler for the Automotive division, the whole Rheinmetall Group will hence benefit from Provectus' expertise. The automation of other Rheinmetall mobile platforms is actually an innovation we are already thinking of.” As Paul Rocco from Provectus, explains, “Rheinmetall Canada is the ideal platform for accelerating our growth while simultaneously strengthening our presence in Canada as well as internationally. This is a unique opportunity for the Provectus team to significantly improve our market potential in the world of autonomous driving and to take advantage of new opportunities.” The buyout is part of Rheinmetall's strategy of positioning itself as a preferred supplier of cutting-edge technology – around the world but particularly in Canada, where the Group is a longstanding, tried-and-tested partner of the country's armed forces. Rheinmetall is eager to apply expertise from Provectus Robotics Solutions in implementing ISTAR, a major project of the Canadian armed forces now underway. (The acronym ISTAR stands for Intelligence, Surveillance, Target Acquisition and Reconnaissance.) http://www.canadiandefencereview.com/news?news/2708

  • Royal Canadian Air Force aircraft to get new radios at a cost of $58 million

    July 31, 2019 | Local, Aerospace, C4ISR

    Royal Canadian Air Force aircraft to get new radios at a cost of $58 million

    DAVID PUGLIESE, OTTAWA CITIZEN The U.S. government announced that Canada is purchasing new radios as part of its upgrade of CF-18 fighter jets and Hercules transport planes. The Canadian government will spend $58 million ($44 million) U.S. buying the 152 MIDS-JTRS radios. “Canada intends to upgrade its current inventory of CF-18 Aircraft, CC-130J, and the Royal Canadian Air Force's Ground Stations with the purchase of these MIDS JTRS (5) terminals to be fully interoperable with U.S. and allied forces to support and compliment joint operations in a net-enabled environment; have modernized electronic protection and secure, jam-resistant wave forms; and be capable of improved Link 16 message exchange and information fidelity including support to advanced weapon employment,” the U.S Defense Security Cooperation Agency noted. Also included are spare cables and MIDS batteries; Link-16 mobile racks; diagnostic support tools; technical documentation; training and engineering technical support; and other related elements of logistics and program support. Viasat, Incorporated, headquartered in Carlsbad, CA, and Data Link Solutions, headquartered in Cedar Rapids, IA, will provide the equipment. https://ottawacitizen.com/news/national/defence-watch/royal-canadian-air-force-aircraft-to-get-new-radios-at-a-cost-of-58-million

  • UK defense exports set new record in 2018

    July 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    UK defense exports set new record in 2018

    By: Andrew Chuter LONDON — Sales of Typhoon jets to Qatar and F-35 related components to the U.S. were largely behind a record breaking year which saw British defense exports in 2018 reach £14 billion, according to new figures released July 30 by the Department for International Trade(DIT). Export sales rose by £5 billion compared with 2017, boosting the British into second place in terms of global defense exports and pushing Russia and France into third and fourth place, respectively, for the year. The DIT report illustrates how reliant Britain is on Middle East partners like Saudi Arabia and Qatar for its high performing exports business. The report shows that close to 80 percent of all British defense exports came from the region last year. Anti-arms campaigners in Britain are currently mounting a challenge against the legality of some previous defense exports to the Saudis. Over the last ten years, the Middle East, North America and Europe have provided the biggest markets for the British, in that order. The figures were provided by the DIT's defense and security arm, known as the Defence and Security Organisation (DSO). According to the DSO, the British took an estimated 19 percent share of the defense export market for 2018, compared with 14 percent by Russia and 9 percent by France. As is the case every year, the U.S. arms industry continued to dominate the world market, with DSO figures putting the Americans in control of 40 percent of a global export market, at $100 billion for 2018, according to the government department. The vast majority of British defense exports are from the air market sector. Around 96 percent of export sales last year were generated from defense aerospace, with the Typhoon sales to Qatar and an accompanying deal to purchase Brimstone missiles a major driver in Britain's good year. The other major factor is the ramp up in the supply of items for the F-35 production line. Britain is the biggest overseas partner on the F-35 build program with BAE Systems and Rolls-Royce among a number of important suppliers. This lack of diversification is a concern for London. France, for example, may not have done as well as the British last year overall, but a number of defense industry sectors contributed to what turned out to be a good performance. French exports rose to €9.1 billion, a 30 percent rise from 2017. It's biggest customers last year were Qatar, including Rafale fighter jets and NH-90 helicopters; Belgium, with Griffon and Jaguar armored vehicles; Saudi Arabia, including patrol vessels; and Spain, for NH-90 helicopters. “It is worth noting that the portfolios of major competitors to the UK, such as the USA and France, appear slightly less unbalanced than the UK's, and therefore, these supplier nations are less exposed to sector fluctuation,” noted the DIT report. The good news for the UK: this year should go some way to redressing the balance between the British export sectors. The major maritime success of the Type 26 anti-submarine frigate, selected by both Australia and Canada, should starting appearing in the export data for 2019. Security equipment exports also continued to grow last year, the DIT reported, rising 7.2 percent from 2017 and crossing the £5 billion barrier. Almost half the exports went to Europe, with the North American market accounting for 18 percent of the sales. Cyber accounted for roughly 40 percent of those exports. https://www.defensenews.com/global/europe/2019/07/30/uk-defense-exports-set-new-record-in-2018/

  • Research and Engineering Launches Two New Public Websites

    July 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Research and Engineering Launches Two New Public Websites

    The Office of the Under Secretary of Defense for Research and Engineering (R&E) launched two new websites to provide information on how two of its directorates support OUSD(R&E)'s mission to foster technological dominance across the Department of Defense and ensure the advantage of the American warfighter. The first web site, https://rt.cto.mil, for the Directorate of Defense Research and Engineering for Research and Technology (DDR&E (R&T)), includes the latest research and technology through science and technology research programs needed to ensure U.S. technological superiority, the DOD laboratories infrastructure, federally funded research institutions, and programs that help cultivate the next generation of science and technology professionals for the department, among others significant areas. The website also spotlights DDR&E (R&T)'s offices and programs: Research Technology and Laboratories, Strategic Technology Protection and Exploitation, Defense Technical Information Center, Reliance 21, DOD STEM (science, technology, engineering, and mathematics) and its outreach efforts. DDR&E (R&T) leads the DOD's science and technology (S&T) enterprise effort to rapidly develop and mature key technologies to ensure warfighter dominance. DDR&E(R&T) is responsible for the department's research and technology investments, and the science and technology portfolio. It ensures that DOD (S&T) is postured to develop the next generation of game-changing technologies and enable rapid delivery of superior capabilities to the warfighter. The second new website, https://ac.cto.mil/,highlights the work of the Directorate of Defense Research and Engineering for Advanced Capabilities (DDR&E (AC)), the primary technology transition enabler within the DOD that bridges the divide between technology discovery and capability fielding for the warfighter. DDR&E (AC) recognizes, identifies, explores and ensures the development, integration and funding of new technology and capabilities to maintain U.S. technological superiority. The directorate maintains a focus on the innovative application of technology and works with a robust network of transition partners within and external to the DOD to mitigate gaps through accelerated prototyping, demonstration, and fielding – with the ultimate goal of operational sustainment. The website also features its primary offices, including: Developmental Test, Evaluation and Prototyping, Chief Engineer for Advanced Capabilities and Test Resource Management Center. https://dod.defense.gov/News/News-Releases/News-Release-View/Article/1920518/research-and-engineering-launches-two-new-public-websites/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 30, 2019

    July 31, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 30, 2019

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded an $88,000,000 modification (P00024) to contract W56HZV-17-C-0001 for long lead material associated with the build of the Self-Propelled Howitzer, Carrier-Ammunition Tracked Vehicle, as well as the gathering of parts associated with the total package fielding package in relation to Option 2. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $88,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Tidewater,* Elkridge, Maryland (W912DY-19-D-0017); NIKA Technologies Inc.,* Rockville, Maryland (W912DY-19-D-0004); Bowers & Kubota Consulting,* Waipahu, Hawaii (W912DY-19-D-0019); and HFS Co.,* San Antonio, Texas (W912DY-19-D-0018), will compete for each order of the $25,000,000 firm-fixed-price contract for project management support, quantity verification and analysis representative, project integration, and other medical support services. 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 March 5, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Northrop Grumman, Herndon, Virginia, was awarded a $24,436,905 modification (P00116) to contract W911S0-11-C-0014 for support services in combined arms education, doctrine, and leadership training. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Nov. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $24,436,905 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity. General Atomics Aeronautical System Inc., Poway, California, was awarded a $21,742,996 modification (00005P) to contract W58RGZ-18-C-0037 for MQ-1C Gray Eagle extended range aircraft unique initial spares and ground support equipment. Work will be performed in Poway, California, with an estimated completion date of July 31, 2021. Fiscal 2017 aircraft procurement, Army funds in the amount of $21,742,996 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $15,000,000 firm-fixed-price contract for general design architect-engineering services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 30, 2024. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-19-D-0011). Accenture Federal Services, Arlington, Virginia, was awarded an $11,793,894 modification (P00026) to contract W52P1J-17-C-0022 for General Fund Enterprise Business System-Sensitive Activities cloud migration to IL6. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2021. Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $2,681,158 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Schuyler Line Navigation Co. LLC,* Annapolis, Maryland, has been awarded a maximum $43,103,161 firm-fixed-price contract for liquefied natural gas. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Locations of performance are Maryland and Guantanamo Bay, Cuba, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2024 operations and maintenance funds. The contracting activity is Defense Logistics Agency, Energy, Fort Belvoir, Virginia (SPE604-19-D-7518). Pocono Profoods Inc., Stroudsburg, Pennsylvania, has been awarded a maximum $15,610,588 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 361-day contract with no option periods. Location of performance is New York, New Jersey, and Pennsylvania, with a July 25, 2020, performance completion date. Using customers are Army, Navy, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3229 and Admin contract SPE30019DA047). NAVY Ultra Electronics Advanced Tactical Systems Inc. Austin, Texas, is awarded a $39,920,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the sustainment and upgrade of the Common Aviation Command and Control System Virtual Air Defense System Integrator. The program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Austin, Texas, and is expected to be completed by July 29, 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $2,188,092 will be obligated on the first delivery order immediately following contract award, and funds will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-0001). Harris Corp., Clifton, New Jersey, is awarded $31,312,350 for firm-fixed-price delivery order N00019-19-F-0046 against a previously issued basic ordering agreement (N00019-16-G-0003) to procure 77 Generation 2 Digital Receiver/Technique Generator Shop Replaceable Assemblies (SRAs) and Switch Board Assemblies to support (V)4 to A(V)4 conversions and SRAs to support Repair of Repairables, along with the associated AN/ALQ-214B(V)4/5 part number change. Work will be performed in Clifton, New Jersey, and is expected to be completed in July 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount $31,312,350 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. Ultra-Electronics, Undersea Sensor Systems Inc., Columbia City, Indiana, is awarded a $24,865,776 indefinite-delivery/indefinite-quantity contract containing firm-fixed-price provisions to manufacture, test, inspect, package and deliver first article and production DT-511C and DT-592D hydrophones. Work will be performed in Columbia City, Indiana, and is expected to be complete by July 2024. Fiscal 2019 and 2018 other procurement (Navy) funding in the amount of $3,205,793 will be obligated on the first delivery order at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-E900). Raytheon Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $14,296,116 firm-fixed-price, definite-quantity contract action for production of AN/SPY-1 radar solid state switch assembly modification kits. Work will be performed in Marlborough, Massachusetts, and is expected to be complete by November 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $14,296,116 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 in accordance with 10 U.S. Code 2304(c)(1), (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-C-WP57). Power Pro Plus Inc.,* Rancho Cucamonga, California, is awarded $12,204,059 for firm-fixed-price task order N62473-19-F-4769 under a previously awarded, multiple award construction contract (N62473-17-D-4620) for construction of communication line operations to administration at Naval Air Station Lemoore. This project constructs a communication ductbank and manhole system to supplement the existing communication lines in support of F-35C information technology and communication system. This project will provide diverse, multiple path, communication routes within the base in secure underground communication lines. This project will also provide secondary connection between the base operations area and the base administration area. The ductbanks will be concrete encased and reinforced under paved areas and at roadway crossings. At railroad crossings, the ductbank will require directional bore with steel sleeves and will be buried at an appropriate depth under the ground surface. Manholes will be provided in the ductbank runs and as required at transition points. Full size manholes will be provided in the main cantonment areas of the base. Work will be performed in Lemoore, California, and is expected to be completed by May 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,204,059 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded $10,565,320 for modification P00148 to a previously awarded firm-fixed-price contract (N00019-14-C-0067). This modification procures 16 P-8A A-Kits and 16 Turret Deployment Units for Lots 8 and 9 full-rate production aircraft. Work will be performed in Seattle, Washington (55%); Mesa, Arizona (44%); and Winnipeg, Canada (1%), and is expected to be completed in August 2021. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $10,565,320 will be obligated at time of award, $5,650,704 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Oregon State University (OSU), Corvallis, Oregon, is awarded an $8,741,152 cooperative research agreement to conduct research for a machine common sense (MCS) service for artificial intelligence and robotic systems. The service will learn MCS planning and inference capabilities about objects, agents and places equivalent to the capabilities of an 18-month-old infant. OSU will train the service using a first-person infant simulator, driven by real world infant behavior data. This is a four-year contract with no option periods. Work will be performed at OSU in Corvallis, Oregon. The period of performance of the award is from July 30, 2019, through July 29, 2023. The type of funding to be obligated is research, development, test and evaluation (Defense Advanced Research Projects Agency). This effort was competitively procured via a broad agency announcement and publication on the Federal Business Opportunities website, with 23 proposals received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4035). AIR FORCE Watterson Construction Co., Anchorage, Alaska, has been awarded a $9,363,000 firm-fixed-price contract for renovation of weapons load training building at Eielson Air Force Base, Alaska. This contract provides renovation to Building 1340 to accommodate the addition of operations for the two incoming F-35A squadrons, as well as accommodating unique requirements for the F-35A aircraft to include architectural, structural, mechanical, electrical and fire protection work. Work will be performed at Eielson AFB, Alaska, and is expected to be completed by May 15, 2020. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2019 operations and maintenance funds in the amount of $9,363,000 are being obligated at the time of award. The 354th Contracting Squadron, Eielson Air Force Base, Alaska, is the contracting activity (FA5004-19-C-A010). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1920997/source/GovDelivery/

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.