Filter Results:

All sectors

All categories

    3582 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - June 26, 2019

    June 27, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 26, 2019

    ARMY Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0041); Southwest Valley Constructors, Albuquerque, New Mexico (W9126G-19-D-0033); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0036); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0039); J&J Contractors Inc.,* North Billerica, Massachusetts (W9126G-19-D-0043); Gibralter-Caddell a Joint Venture, Montgomery, Alabama (W9126G-19-D-0037); Puyenpa Cottles Joint Venture LLC,* Copperas Cove, Texas (W9126G-19-D-0038); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0035); BFBC LLC, Bozeman, Montana (W9126G-19-D-0034); JSR Inc.,* Schertz, Texas (W9126G-19-D-0045); Stormwater Plans, LLC doing business as SWP Contracting & Paving,* Glendale, Arizona (W9126G-19-D-0044); Gideon Contracting LLC,* San Antonio, Texas (W9126G-19-D-0042); and Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0040) will compete for each order of the $5,000,000,000 firm-fixed-price contract for horizontal construction services in support of the Department of Homeland Security, Rio Grande Valley, Laredo, Del Rio, Big Bend and El Paso Border Patrol sectors. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Atlantic Diving Suppling Inc.,* Virginia Beach, Virginia (W56HZV-19-D-0070) and Sorinex Exercise Equipment Inc.,* Lexington, South Carolina (W56HZV-19-D-0071), will compete for each order of the $63,778,092 firm-fixed-price contract for procurement of Army combat fitness test equipment. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 6, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Peckham Vocational Industries Inc., Lansing, Michigan, was awarded a $22,860,897 modification (P00008) to contract W56HZV-17-C-0187 for services to support the organizational clothing and individual equipment effort for the repair, cleaning, warehousing, and distribution. Work will be performed in Lansing, Michigan, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $22,860,897 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $16,715,000 firm-fixed-price contract for annual maintenance dredging for the Oakland Inner and Outer Harbor federal navigation channel in Alameda County, California. Bids were solicited via the internet with two received. Work will be performed in Oakland, California, with an estimated completion date of Dec. 18, 2019. Fiscal 2019 operations and maintenance, civil funds in the amount of $16,715,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0009). IAP Worldwide Services Inc., Cape Canaveral, Florida, was awarded a $16,289,540 hybrid (cost-no-fee, firm-fixed-price and time-and-materials) contract for satellite communication support. Bids were solicited via the internet with two received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Jan. 21, 2025. Fiscal 2019 operations and maintenance Army funds in the amount of $16,289,540 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0034). International GeoConsultants JV, Germantown. Maryland, was awarded a $9,000,000 firm-fixed-price contract for geotechnical engineering services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June, 25, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0034). General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $7,805,000 modification (F406 22) to contract W91QUZ-06-D-0012 for combined mission command network operations and maintenance information technology services. Work locations and funding will be determined with each order, with an estimated completion date of April 12, 2020. U.S. Army 411th Contracting Support Battalion, Republic of Korea, is the contracting activity. NAVY BAE System Technology Solutions and Services Inc., Rockville, Maryland (N00039-19-D-0031); Serco Inc., Herndon, Virginia (N00039-19-D-0032); and Scientific Research Corp., Atlanta, Georgia (N00039-19-D-0033), are each awarded a cost-plus-fixed-fee, cost-only indefinite-delivery/indefinite-quantity multiple award contract for logistics, integration, engineering, procurement, fabrication, assembly, test, inspection, zone integration and installation of integrated command, control, communications, computers and intelligence (C4I) system of systems capabilities aboard new construction aircraft carrier and large deck amphibious ships, to include refueling and complex overhaul ships. Throughout the duration of the awarded contracts, the total obligated amount on orders for all of the awarded contracts combined will not exceed $747,097,000. Each contract includes options, which if exercised, would bring the estimated value of each contact to $601,513,730 for BAE System; $608,243,247 for Serco Inc., and $599,544,784 for Scientific Research Corp. These contracts will support various Navy shipbuilding programs. These programs require integrated C4I capabilities to provide communications for maritime operations and flight safety. The integrated capability is composed of distributed systems that provide network capabilities, communications, command and control, intelligence, and non-tactical data. Work will be performed in Newport News, Virginia (73%); Charleston, South Carolina (17%); and Pascagoula, Mississippi (10%), and work is expected to be completed by June 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $50,000 will be obligated on the first task order under each contract utilizing fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy), and fiscal 2019 research and development (Navy) funds. Contract funds will not expire at the end of the current fiscal year. These contracts were awarded pursuant to full and open competition, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Integrity Applications Inc.,* Chantilly, Virginia (N68936-19-D-0036); Toyon Research Corp.,* Goleta, California (N68936-19-D-0037); KAB Laboratories,* San Diego, California (N6893619D0038); and Booz Allen Hamilton, McLean, Virginia (N68936-19-D-0039), are each being awarded cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contracts. These contracts provide for research, development, testing and evaluation, technical assistance and systems engineering in the development, testing and fielding of future intelligence, surveillance, reconnaissance, and targeting systems. The estimated cumulative aggregate ceiling for all contracts is $49,839,291, with the companies having an opportunity to compete for individual orders. Work will be performed at various contractor facilities located inside the continental United States, and is expected to be completed in June 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,004 ($2,501 per company to satisfy the minimum guarantee amount) are being obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Tetra Tech Inc., Norfolk, Virginia, is awarded $9,870,904 for firm-fixed-price task order N44255-19-F-4112 under a previously awarded single award services contract for a base wide site investigation for munitions at Naval Base Kitsap-Bangor. The work to be performed provides a munition response site investigation for 15 sites having 21 locations. The scope includes all work necessary to define the source and nature of a release, describe pathways for contaminant migration, identify human and ecological receptors, conclude whether a No Further Action determination, a removal action, or a Remedial Investigation/Feasibility Study is warranted. The following surveys will be completed as part of this work: habitat/endangered species, historical and cultural resources, land surveying and clearing, munitions and clearing, and geophysical. Work will be performed in Silverdale, Washington, and is expected to be completed by June 2022. Fiscal 2019 environmental restoration (Navy) contract funds in the amount of $9,870,904 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-19-D-4112). AIR FORCE HDT Global, Salon, Ohio, has been awarded a $66,684,930, fixed-price incentive firm modification (P00038) to previously awarded FA8204-13-C-0010 for production of 19 Transporter Erector Replacement Program (TERP) production units. This contract provides for the procurement of 19 TERP production representative vehicles and initial spares over four option periods. Work will be performed in Cincinnati, Ohio, and Florence, Kentucky, and is expected to be completed by December 2020. This award is the result of a negotiated agreement to definitize engineering changes incorporated into the design portion of performance. Fiscal 2018 procurement funds in the amount of $15,225,936 to fully fund option period one. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. United Technologies Corp., doing business as Collins Aerospace, Westford, Massachusetts, has been awarded a $31,920,402 indefinite-delivery/indefinite-quantity modification (P00008) to previously awarded firm-fixed-price contract FA8620-18-D-3014 for providing partner nations an ordering vehicle for the DB-110 Tactical Reconnaissance Pod Program. This modification raises the price ceiling from $31,920,402 to $215,025,402. Work will be performed in Westford, Massachusetts, and is expected to be completed by Nov. 14, 2023. This contract involves 100% foreign military sales to Oman, Poland, Morocco and Greece. This award is the result of a sole source acquisition. No funds 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. DEFENSE LOGISTICS AGENCY Brighton Cromwell LLC, Randolph, New Jersey, has been awarded a maximum $34,746,167 firm-fixed-price contract for specialized parts kits. 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 base contract with two one-year option periods. Location of performance is New Jersey, with a June 25, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0163). Federal Prison Industries (UNICOR),** Washington, District of Columbia., has been awarded a maximum $14,141,250 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D1069) with two one-year option periods for Army physical fitness uniform trunks. This is an indefinite-delivery contract. Locations of performance are Minnesota, Colorado, Louisiana and Kentucky, with a July 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania. DEFENSE HEALTH AGENCY Spectrum Healthcare Resources Inc., St. Louis, Missouri, has been awarded a $9,061,238 firm-fixed-price contract, HT0014-19-C-0001. This contract provides support to the Defense Health Agency's national capital region for continuation of healthcare services at the Fort Belvoir Community Hospital Family Health Centers of Fairfax and Dumfries (outpatient clinics stemming from Fort Belvoir Community Hospital). The work includes all personnel and facilities to provide healthcare for approximately 51,000 TRICARE prime beneficiaries. Work will be performed in Virginia, beginning July 1, 2019, with an estimated completion date of Aug. 31, 2019. The contract includes a two- month base period. Fiscal 2019 operations and maintenance funds in the amount of $9,061,238 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1888547/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 25, 2019

    June 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 25, 2019

    ARMY Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $91,291,064 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to provide engineering and other support services for all versions of the H-60 Blackhawk. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0079). DynCorp International LLC, Fort Worth, Texas, was awarded a $12,337,211 modification (P00034) to contract W58RGZ-17-C-0011 for modification of five C-12R aircraft to a C-12V. Work will be performed in Fort Worth, Texas, with an estimated completion date of May 31, 2023. Fiscal 2019 aircraft procurement, Army funds in the amount of $12,337,211 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MCR Federal LLC,* McLean, Virginia, was awarded an $8,135,050 modification (0001 20) to contract W31P4Q-16-A-0016 for technical engineering support services. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of June 29, 2020. Fiscal 2019 foreign military sales admin and other procurement, Army funds in the amount of $8,135,050 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Leidos Inc., Reston, Virginia, is awarded a $62,975,474 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services to meet fleet requirements for Synthetic Signature Generation based training systems. This contract will provide scientific, engineering, and technical services required for the design, development, fabrication, integration, test, fleet implementation and maintenance. Work will be performed in Bethesda, Maryland, and is expected to be complete by December 2022. Fiscal 2019 other procurement (Navy), fiscal 2017 shipbuilding and conversion (Navy), and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $10,762,779 will be obligated 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 one offer received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0004). L3 Systems Co., Camden, New Jersey, is awarded an estimated $41,518,454 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus fixed-fee contract. The Battle Force Tactical Network program requires the procurement and integration of commercial, off-the-shelf (COTS) high frequency internet protocol and subnet relay hardware, COTS software and government off-the-shelf software into a specified configuration for the Program Executive Office Command, Control, Communications, Computers and Intelligence. This contract has a five-year ordering period up to the contract award amount. There are no options. Work will be performed in Camden, New Jersey, and work is expected to be completed by June 2024. No funding is being placed on contract and obligated at the time of award. Contract actions will be issued and funds obligated as individual delivery orders. This contract was competitively procured as a full and open competition with proposals solicited via the Federal Business Opportunities website, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0035). Wyle Laboratories Inc. (aka, KBRwyle), Huntsville, Alabama, is awarded a $41,081,160 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering, technical, operational, test and logistics services in support of the Naval Air Warfare Center Aircraft Division's (NAWCAD's) Surface/Aviation Interoperability Laboratory. In addition, this contract provides for facilities testing and laboratory equipment, installed avionics and ship-combat systems maintenance. Work will be performed at NAWCAD, Patuxent River, Maryland, and is expected to be completed in July 2024. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0070). Gilbane Federal, Concord, California, is awarded a $31,683,336 firm-fixed-price contract for unaccompanied enlisted housing at the Naval Base Guam. Buildings 5, 6, 18 and 20, will undergo conversion and alteration of each structure to house double-occupancy, permanent-party housing units and building common areas including multipurpose spaces, shared kitchens, vending areas, shared laundries and other miscellaneous support spaces. This project will also include the full renovation of the second floor existing double-occupancy permanent-party housing units in Building 18. The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $32,966,436. Work will be performed in Joint Region Marianas, Guam, and is expected to be completed by October 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $31,683,336 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1310). BAE Systems Land & Armaments L.P., Louisville, Kentucky, is awarded $14,134,492 for a firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-19-C-0004 for one overhauled/upgraded MK45 Mod 4 gun mount, and their associated components. The 5-inch MK 45 light weight gun mount system provides an effective weapon for anti-surface, naval surface fire support, and anti-air warfare missions, and is installed aboard DDG- 51 and CG-47 class ships. This contract is to provide all necessary material and services required to overhaul and upgrade MK 45 gun mounts to support AEGIS Modernization and Arleigh Burke new construction requirements. Work will be performed in Louisville, Kentucky, and is expected to be complete by October 2023. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,134,492 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AIR FORCE Innovative Technologies International Inc., Lynchburg, Virginia, has been awarded a $7,000,000 indefinite-delivery/indefinite-quantity contract for Katana Hardware Fabrication effort. The contract provides for concept design analysis and advanced fabrication capabilities to rapidly manufacture products meeting specific characteristics through a partnering arrangement by fulfilling research, development, test and evaluation requirements for Eglin Air Force Base, Florida, with organization-specific tasks. Work will be performed at Lynchburg, Virginia, and is expected to be completed by June 25, 2024. This contract is the result of a sole source award. Fiscal 2018 research and development funds in the amount of $24,897.00 are being obligated at the time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity, Eglin AFB, Florida (FA8651-19). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1887115/source/GovDelivery/

  • BAE awarded $90M to upgrade, maintain Navy's communications and combat systems

    June 25, 2019 | International, C4ISR

    BAE awarded $90M to upgrade, maintain Navy's communications and combat systems

    By Allen Cone June 24 (UPI) -- BAE Systems was awarded a five-year, $90 million contract to modernize and maintain critical communications and combat systems. The systems, which are embedded within vehicles, watercraft, and specialized communications platforms, integrate command, control, computers, communications, cyber, intelligence, surveillance and reconnaissance systems and are called C5ISR. Work will be performed in St. Inigoes, Md.; Little Creek, Va.; and Fayetteville, N.C., BAE said in a news release. The systems are integrated and networked to improve the situational awareness of military operators and decision-makers, according to BAE. "Technology is constantly evolving and the mission needs of our customers can change," Mark Keeler, vice president and general manager of BAE Systems' Integrated Defense Solutions business, said in a news release. "As systems integrators, we are providing agile engineering, testing and field support to help our military customers adapt and maintain a tactical edge." For more than 25 years, BAE Systems has been supporting Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division with mobile deployable systems. These systems are also used by Special Operations Forces, Homeland Security, and other Department of Defense and non-defense agencies. "Our engineers specialize in providing custom, tailor-made C5ISR solutions to help close communications capability gaps for the U.S. military," Keeler said. "BAE Systems takes pride in keeping the lines of communication open for those on the front lines of national security." Navy Information Dominance Forces team ensures those systems work and are ready to go to sea as part of the Deploying Group System Integration Testing. "The best way to validate performance of C5I systems is to test interoperability and integration in a stressed operational environment," Mike Caldwell, the DGSIT Atlantic program manager, said in a Navy news release. "The systems and sailors are under pressure because of the tactical exercise demands. It is probably the first time that collection [of sailors] has worked together, and it may be the first time those ships have worked together. But the team is there to make sure everything works for both advanced training and deployment." https://www.upi.com/Defense-News/2019/06/24/BAE-awarded-90M-to-upgrade-maintain-Navys-communications-and-combat-systems/2191561386249/

  • Contract Awards by US Department of Defense - June 24, 2019

    June 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 24, 2019

    ARMY TCOM L.P., Columbia, Maryland, was awarded a $978,946,631 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for the Persistent Surveillance Systems - Tethered engineering, logistics, operations and program management support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0020). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $561,802,200 hybrid (cost-plus-fixed-fee and fixed-price-incentive) foreign military sales (Bahrain, Poland and Romania) contract for production of Army tactical missile guided missile and launching assembly service life extension program production 3. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas; Camden, Arizona; Boulder, Colorado; Clearwater, Florida; St. Louis, Missouri; Lufkin, Texas; Windsor Locks, Connecticut; and Williston, Vermont, with an estimated completion date of June 30, 2022. Fiscal 2018 and 2019 missile procurement, Army and foreign military sales funds in the combined amount of $561,802,200 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0092). Donjon Marine, Hillside, New Jersey, was awarded a $12,170,000 firm-fixed-price contract for maintenance dredging of portions of the Newark Bay, New Jersey Federal Navigation Project. Bids were solicited via the internet with three received. Work will be performed in Newark, New Jersey, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 civil works funds in the amount of $12,170,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0013). DEFENSE LOGISTICS AGENCY Texas Power & Associates,* Palm Harbor, Florida (SPE8EG-19-D-0117); Atlantic Diving Supply, doing business as ADS,* Virginia Beach, Virginia (SPE8EG-19-D-0112); Berger/Cummins, Washington, District of Columbia (SPE8EG-19-D-0113); Caterpillar Defense, Peoria, Illinois (SPE8EG-19-D-0114); Inglett & Stubbs International, Atlanta, Georgia (SPE8EG-19-D-0115); and QGSI-USA Emergency Power, Houston, Texas (SPE8EG-19-D-0116), are sharing a maximum $900,000,0000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-18-R-0007 for generators. This was a competitive acquisition with eight offers received. These are five-year contracts with no option periods. Locations of performance are Florida, Virginia, Washington, District of Columbia, Illinois, Georgia and Texas, with a June 19, 2024, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Welch Allyn Inc., Skaneateles Falls, New York, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is New York, with a June 24, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0019). Hamilton Sundstrand, Windsor Locks, Connecticut, is to be awarded a $16,532,250 firm-fixed price contract for helicopter flight control computers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Arizona. Using military service is the Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRPA1-13-G-001X/SPRRA1-19-F-0329). NAVY L3 Technologies Inc., Northampton, Massachusetts, is awarded a $73,743,347 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost-reimbursement and firm-fixed-price provisions. This contract provides for depot-level repair, upgrade and overhaul services for submarine photonics mast programs. Work will be performed in Northampton, Massachusetts (98%), and at various places in the U.S. below one percent (2%) and is expected to be completed by June 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $2,146,169 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 not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-G900). Katmai Integrated Solutions LLC,* Anchorage, Alaska, is awarded a contract ceiling $21,625,000 indefinite-delivery/indefinite-quantity contract with a three year ordering period to provide subject matter support services for Immersive Training Range Support (ITRS) . Work will be performed at Camp Lejeune, North Carolina (40%), Camp Pendleton, California (40%), and Marine Corps Base, Hawaii (20%), and work is expected to be completed June 24, 2022. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $4,877,737 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7835). Advanced Solutions Inc., Washington, District of Columbia, was awarded $16,863,635 for firm-fixed-price modification to a previously awarded task order N00039-18-F-0069 issued against Blanket Purchase Agreement N00104-08-A-ZF42 and the underlying a multiple award schedule in support of Navy Enterprise Resource Planning. This modification exercises an option for cloud and integration support services. Work will be performed in Loudon, Virginia (50%) and Mechanicsburg, Pennsylvania (50%) and is expected to be completed in June 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $16,863,635 will be obligated at the time of the award, which will expire at the end of the current fiscal year. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. (Awarded June 20, 2019) AIR FORCE Concentric Security LLC, Sykesville, Maryland (FA8003-19-D-A001); Nasatka Barrier Inc., Clinton, Maryland, (FA8003-19-D-A002); Cherokee Nation Security & Defense LLC., Tulsa, Oklahoma, (FA8003-19-D-A003); and Perimeter Security Partners LLC., Nashville, Tennessee (FA8003-19-D-A004) have been awarded a $45,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for vehicle barriers maintenance and repair services. This contract provides for all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for Air Force vehicle barrier systems. Work will be performed at all Contiguous United States (CONUS) (excluding Alaska and Hawaii) active duty Air Force installations and is expected to be completed by June 23, 2024. These awards are the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,000 ($1,000 per awardee) are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio is the contracting activity. Weldin Construction LLC, Palmer, Alaska, has been awarded a $35,000,000 ceiling increase modification (P00004) to previously awarded contract FA4861-17-D-A200 for simplified acquisition of base engineering requirements. This modification will increase the contract value from $35,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada and Creech Air Force Base, Nevada, and is expected to be completed by Dec. 2021. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Leidos Inc., Reston, Virginia, was awarded a modification to exercise an option totaling $8,825,457 to previously awarded contract HR0011-18-C-0127 for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $13,204,195. Work will be performed in Arlington, Virginia; San Diego, California; and King of Prussia, Pennsylvania, with an expected completion date of September 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,600,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1885753/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 21, 2019

    June 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 21, 2019

    U.S. SPECIAL OPERATIONS COMMAND Raytheon Space and Airborne Systems, McKinney, Texas, was awarded a $96,639,799 indefinite-delivery/indefinite-quantity contract modification (P00007) with firm-fixed-price and cost-plus-fixed-fee contract line items to an existing contract (H92222-16-D-0033). This contract modification increases the ceiling from $203,360,201 to $300,000,000 for continued low-rate initial production of the Silent Knight Radar system in support of U.S. Special Operations Command (USSOCOM). Fiscal 2019 procurement funds in the amount of $54,720,000 are being obligated at time of contract modification. The remaining costs will be funded via delivery/task orders, and depending on the requirement, may be funded using research, development, test and evaluation; procurement; or operations and maintenance funding. The ordering period is valid for five years. The work will be performed in McKinney and Forest, Mississippi, and is scheduled to be completed by October 2022. USSOCOM headquarters, Tampa, Florida, is the contracting activity. NAVY Leidos Inc., Reston, Virginia, is awarded an estimated $72,817,062 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price contract for the Transformational Reliable Acoustic Path System (TRAPS) on behalf of the Maritime Surveillance Systems Program Office, Navy Program Executive Office Submarines. The TRAPS capability complements fixed surveillance systems and the surveillance towed array sensor system. TRAPS provides flexible and responsive wide area surveillance for theater antisubmarine warfare commanders worldwide. This contract has a three-year ordering period up to the contract award amount. There are no options. Work will be performed in Long Beach, Mississippi, and is expected to be completed by June 2022. No funding is obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0030). FlexDecks Inc.,* Houston, Texas, is awarded a $17,200,997 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 40 each V-22 and MV-22B maintenance wing platform stands for the Marine Corps, Air Force, Navy and the government of Japan. Work will be performed in Houston, Texas, and is expected to be completed in June 2024. Fiscal 2017 and 2018 aircraft procurement and foreign military sales funds in the amount of $5,490,973 will be obligated at the time of award, $4,519,637 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100% small business set-aside; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0134). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $16,273,896 cost-plus-fixed fee, firm-fixed-price, cost contract (N00024-19-C-6269) for the procurement of multifunction modular masts for new construction Virginia-class Block V hulls, spares and repairs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $97,860,000. Work will be performed in Nashua, New Hampshire (70%); and Syracuse, New York (30%), and is expected to be complete by June 2020. If all options are exercised, work will continue through June 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $13,932,928 will be obligated at time of award and will not expire at the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. AIR FORCE Accenture Federal Services LLC, Arlington, Virginia, has been awarded a $65,447,464 other transaction agreement for the execution of the enterprise information technology as a service compute and store risk reduction effort experiment. This agreement provides for an experiment for services to include providing a flexible and scalable hosting solution for applications and data, operation and maintenance of the compute and store environment, and application rationalization. Work will be performed in Buckley Air Force Base, Colorado; Maxwell AFB, Alabama; Offutt AFB, Nebraska; Joint Base Elemendorf-Richardson, Alaska; Cannon AFB, New Mexico; and Hurlburt Field, Florida, and is expected to be completed by June, 2020. Fiscal 2019 operations and maintenance funds in the amount of $28,517,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-19-9-0002). Harris Corp., Colorado Springs, Colorado, has been awarded an $18,084,893 cost-plus-fixed-fee contract modification (P00003) to previously awarded FA8819-19-C-0002 for the manufacturing of Air Force Satellite Control Network complaint L and S band antennas for the space combat range. Work will be performed at Colorado Springs, Colorado; and Kirtland Air Force Base, New Mexico, and is expected to be completed by June 19, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $18,084,893 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. Northrop Grumman Innovation Systems, Fort Worth, Texas, has been awarded a $17,780,580 cost-plus-fixed fee with an embedded fixed-price and cost reimbursement contract to provide sustainment services for the Lebanese Air Force Armed Caravan Program. This contract provides field service representatives, repair and return, calibration, support equipment and spares. Work will be performed in Beirut, Lebanon, and is expected to be completed June 30, 2021, with the possibility of extending the completion date to June 30, 2024. This contract involves 100% foreign military sales to Lebanon. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $10,732,607 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-3001). EaglePicher Technologies,* Joplin, Missouri, has been awarded a $14,125,999 cost-plus-fixed-fee contract action for an F-35 Agnostic Battery System. This contract provides for the acquisition of the manufacturing process improvement for the F-35 agnostic battery. Work will be performed in Joplin, Missouri, and is expected to be completed by June 17, 2022. This award is the result of a competitive Small Business Innovative Research action and one offer were received. Fiscal 2018 research and development funds in the amount of $7,248,000 are being obligated at the time of award. The Air Force Research Laboratory Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-5077). Joe Torres Co., Bakersfield, California, has been awarded a $9,080,374 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for integrated solid waste management services. This contract provides for collection and disposal of municipal solid waste, recycling and landfill services. Work will be performed in Edwards Air Force Base, California, and is expected to be completed by June 30, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $439,615 are being obligated at the time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9301-19-D-A006). ARMY General Dynamics Mission Systems, Marion, Virginia, was awarded a $44,000,000 firm-fixed-price contract for Army Standard Family ISO Shelter, one-side expandable, two-side expandable, and modified extended rigid wall shelter. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 21, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0078). BIS Services LLC,* Kenner, Louisiana, was awarded a $32,305,200 firm-fixed-price contract for Calcasieu River and pass stone foreshore protection. Bids were solicited via the internet with three received. Work will be performed in Cameron Parish, Louisiana, with an estimated completion date of Dec. 12, 2020. Fiscal 2019 civil construction funds in the amount of $32,305,200 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0051). BIS Services LLC,* Kenner, Louisiana, was awarded a $14,785,945 firm-fixed-price contract for Calcasieu River and pass stone foreshore protection, repairs and armoring. Bids were solicited via the internet with four received. Work will be performed in Cameron Parish, Louisiana, with an estimated completion date of Feb. 10, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $14,785,945 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0047). Huffman Construction LLC,* Poplar Bluff, Missouri, was awarded a $13,757,500 firm-fixed-price contract for Ohio River shoreline repair work for multiple pump stations and the construction of a new pump station. Bids were solicited via the internet with four received. Work will be performed in Paducah, Kentucky, with an estimated completion date of Jan. 6, 2022. Fiscal 2017 civil construction funds in the amount of $13,757,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0050). Gilbane Federal, Concord, California, was awarded a $13,601,007 firm-fixed-price contract for repair to Moran Hall South (Bldg. 29802). Bids were solicited via the internet with three received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Jan. 2, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,601,007 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3007). Bhate Environmental Associates Inc.,* Birmingham, Alabama, was awarded an $11,382,741 firm-fixed-price contract for demolition services to plan and execute the removal of buildings and facilities to include the abatement and removal of asbestos containing materials and other regulated materials, disconnect and capping of utilities, complete removal of utilities, disposal of all debris materials and restoration. Nine bids were solicited with three bids received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 19, 2021. Fiscal 2019 NASA funds in the amount of $11,382,741 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-0428). DEFENSE LOGISTICS AGENCY Sysco Seattle, Kent, Washington, has been awarded a maximum $21,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution for Navy ships customers in the Puget Sound/Seattle, Washington area. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 240-day bridge contract with no option periods. Location of performance is Washington, with a Feb. 15, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3227). (Awarded June 20, 2019) Federal Prison Industries Inc.,** Washington, District of Columbia, has been awarded a maximum $17,232,000 firm-fixed-price, indefinite-quantity contract for Navy coveralls. This is a one-year base contract with four one-year option periods. Locations of performance are Atlanta, Georgia, Arizona, Mississippi, and District of Columbia, with a Nov. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-F027). Sysco Seattle, Kent, Washington, has been awarded a maximum $14,300,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution for land based customers in Seattle, Washington, and surrounding areas. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 240-day bridge contract with no option periods. Location of performance is Washington, with a Feb. 15, 2020, performance completion date. Using customers are Army, Air Force, Marine Corps, Army National Guard, and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3226). (Awarded June 20, 2019) DEFENSE INFORMATION SYSTEMS AGENCY Iridium Satellite LLC, Tempe, Arizona, was awarded a non-competitive firm-fixed-price contract modification (P00012) for the extension of services on the current Airtime contract (HC104714C4000). The face value of this action is $8,579,000, funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $469,483,000. Performance will be at the contractor's facility. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1). Only one responsible source and no other type of supplies or services would satisfy agency requirements. The period of performance is June 22, 2019, through July 21, 2019. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (Awarded June 19, 2019) *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1884099/source/GovDelivery/

  • Inmarsat awarded $246M contract for satellite services

    June 21, 2019 | International, C4ISR

    Inmarsat awarded $246M contract for satellite services

    By: Nathan Strout Inmarsat Government Inc. has been awarded a contract worth as much as $246 million over five years to provide commercial satellite communication services for the U.S. military. The single-award blanket purchase agreement with the Defense Information Systems Agency was announced June 18. The initial award covers a one-year span from June 19 to June 18, 2020, with four option years. The contract provides for commercial satellite bandwidth for U.S. Africa Command. “The government expects to order Ku-band services sufficient to support airborne intelligence, surveillance, reconnaissance and command and control missions,” a DISA spokesperson said in an email June 20. According to the announcement, DISA received two bids for the contract. Inmarsat declined to comment on the award until after the protest period was over. The company has faced issues due to protests in the recent past. In September 2015, DISA awarded Inmarsat a potential five-year $450 million contract to provide worldwide commercial telecommunications services on the Ku, Ka and X-Band for the Navy's Commercial Broadband Satellite Program. That award was protested by Intelsat, who successfully convinced the Government Accountability Office that DISA had given different companies different bid requirements. That decision led to a stop-work order on the new contract, though DISA ultimately lifted the stop work order through a contract modification in July 2016. A DISA spokesperson confirmed that the two contracts are not mission related. https://www.c4isrnet.com/battlefield-tech/2019/06/20/inmarsat-awarded-246-million-contract-for-satellite-services/

  • Contract Awards by US Department of Defense - June 20, 2019

    June 21, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 20, 2019

    MISSILE DEFENSE AGENCY Coleman Aerospace, a wholly owned subsidiary of Aerojet Rocketdyne, Orlando, Florida, is being awarded a $140,184,433 firm-fixed-price modification (P00114) to a previously awarded contract (HQ0147-14-C-0001). The value of this contract is being increased from $366,376,257 by $140,184,433 to $506,560,690 by exercising this option. Under this modification, the contractor will provide six additional Medium Range Ballistic Missile targets and associated nonrecurring engineering. The work will be performed in Orlando, Florida. The performance period is from June 2019 through December 2027. Fiscal 2019 research, development, test and evaluation funds in the amount of $22,469,742 are being obligated on this award. One offeror was solicited and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. NAVY BAE Systems Land and Armaments L.P., Sterling Heights, Michigan, is awarded a not-to-exceed $67,000,000 modification for firm-fixed-price, cost-plus-fixed-fee contract line item numbers 8000, 8001, 8002, and 8100 to a previously awarded contract (M67854-16-C-0006), for the development of engineering drawings, manufacture, and test support for three Amphibious Combat Vehicle (ACV) command and control Mission Role Variants (MRVs), and the development of engineering drawings for the ACV medium caliber cannon MRV. The ACV program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in York, Pennsylvania (85 %); and Aiken, South Carolina (15 %), and is expected to be completed by Sept. 30, 2022. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,500,000; and fiscal 2019 RDT&E funds in the amount of $20,075,743 will be obligated at the time of award, and funding in the amount of $2,500,000 will expire at the end of the current fiscal year. This contract modification 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. Leidos Innovations Corp., Gaithersburg, Maryland, is awarded a $29,962,608 cost-plus-incentive-fee, cost-plus-fixed-fee, cost-only modification to previously-awarded contract N00024-16-C-5202 to exercise the options for integrated logistic support, fleet support and life cycle sustainment of the Navy's AN/SQQ-89A(V)15 surface ship Undersea Warfare (USW) Systems. The AN/SQQ-89A(V)15 is the USW combat system, with the capabilities to search, detect, classify, localize and track undersea contacts and to engage and evade submarines, mine-like small objects and torpedo threats. Work will be performed in Norfolk, Virginia (61 %); San Diego, California (18 %); Pascagoula, Mississippi (6 %); Bath, Maine (4 %); Manassas, Virginia (4 %); Yososuka, Japan (2 %); Pearl Harbor, Hawaii (2 %); Everett, Washington (1 %); Mayport, Florida (1 %); and Rota, Spain (1 %), and is expected to be completed by June 2020. Foreign Military Sales; fiscal 2016, 2017, 2018 and 2019 shipbuilding and conversion (Navy); fiscal 2017, 2018 and 2019 other procurement (Navy); and fiscal 2019 operation and maintenance (Navy) funding in the amount of $15,418,688 will be obligated at time of award, and $2,846,455 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Electric Co., Lynn, Massachusetts, is awarded $24,891,442 for modification P00020 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) to procure 72 F/A-18 F-414-GE-400 install engines devices for the Navy (24); and the government of Kuwait (48). In addition, this modification provides for two spare and six test F414-GE-400 install engines devices for the government of Kuwait. Work will be performed in Evandale, Ohio, and is expected to be completed in December 2020. Fiscal 2018 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $24,891,442 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Navy ($7,316,280; 31 %); and the government of Kuwait ($17,575,162; 69 %) under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Austal USA, Mobile, Alabama, is awarded a $13,197,241 cost-plus-fixed-fee, firm-fixed-price, and cost-only modification to previously awarded contract N00024-17-C-2301 for littoral combat ship class design services and integrated data and product model environment (IDPME) support. Austal USA will provide efforts to support littoral combat ship class ships, including but not limited to technical analyses, non-recurring engineering, configuration management, software maintenance and development, production assessments, and diminishing manufacturing sources and seaframe reliability analysis. Austal USA will also maintain an IDPME that will enable the Navy to access enterprise data management, visualization, program management applications, and network management and control. Work will be performed in Mobile, Alabama (60 %); and Pittsfield, Massachusetts (40 %), and is expected to be complete by June 2025. Fiscal 2016 shipbuilding and conversion (Navy); 2018 other procurement (Navy); and 2019 research, development, test, and evaluation (Navy) funding in the amount of $13,197,241 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. Gravois Aluminum Boats LLC, doing business as Metal Shark Boats,* Jeanerette, Louisiana, is awarded a $12,818,790 firm-fixed-price modification to previously awarded indefinite-delivery/indefinite-quantity contract N00024-17-D-2201 to exercise options for the construction of Near Coastal Patrol Vessels in support of U.S. Southern Command partner nations and Foreign Military Sales program. Work will be performed in Jeanerette, Louisiana, and is expected to be complete by August 2021. No funding will be obligated at this time. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Fairmount Automation Inc.,* West Conshohocken, Pennsylvania, is awarded a maximum value $12,439,633 firm-fixed-price, indefinite-delivery/indefinite-quantity, supplies/services contract for the commercial procurement of Fairmount Automation's G4 Design Pad family of controller models and accessories, Windows based configuration software package licenses and engineering services to work with the government design teams to assist in programming and troubleshooting network interfaces. The services under this contract cover system design, software programming, program logistic support, and equipment analysis and repair. Work will be performed in West Conshohocken, Pennsylvania (90 %); and Philadelphia, Pennsylvania (10 %), and is expected to be complete by June 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $261,175 will be obligated at time of award and will 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, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4023). SR Technologies Inc., Sunrise, Florida, is awarded a $12,360,400 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for engineering services, materials, and support for integration and operation of information operations payloads into multiple unmanned aerial vehicles used by the U.S. Special Operations Command and Navy. This two-year contract includes one three-year option which, if exercised, would bring the potential value of this contract to an estimated $23,433,021. All work will be performed in Sunrise, Florida. The period of performance of the base period is from June 20, 2019, through June 19, 2021. If the option is exercised, the period of performance would extend through June 19, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This sole-source procurement is issued using other than full and open competition in accordance with 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3404). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded not-to-exceed $7,458,000 for modification P00005 to a delivery order N0001918F0016 previously issued against basic ordering agreement N00019-17-G-0002. This modification provides for non-recurring engineering to facilitate additional structural improvements, tooling assessment, and test aircraft retrofit tooling in support of theV-22 Nacelle Improvement effort. Work will be performed in Fort Worth, Texas (84 %); Ridley Park, Pennsylvania (5 %); Patuxent River, Maryland (4 %); Fort Walton Beach, Florida (4 %); and Amarillo, Texas (3 %), and is expected to be completed in August 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $1,923,688 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY DRS Global Enterprise Solutions Inc., Dulles, Virginia, was awarded a firm-fixed-price task order to support the Army's Wideband Enterprise Satellite Systems Commercial Satellite Communications (COMSATCOM) Network. The face value of this action is $23,756,299 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $127,496,857. Proposals were solicited via the General Services Administration's Complex Commercial SATCOM Solutions (CS3) multiple award, indefinite-delivery/indefinite-quantity contracts, and two proposals were received from the 20 proposals solicited. Performance will be at the contractor's facility in Dulles, Virginia. The period of performance is June 24, 2019, to June 23, 2020, with four one-year options. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (GS00Q17NRD4006 / HC101319F0092). DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $10,200,705 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for vehicular axle 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 five-year contract with no option periods. Location of performance is Wisconsin, with a June 20, 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 Land and Maritime, Warren, Michigan (SPRDL1-19-D-0129). ARMY Longbow LLC, Orlando, Florida, was awarded a $9,267,724 modification (P00087) to contract W31P4Q16-C-0035 for Laser and Longbow Hellfire engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of June 19, 2020. Fiscal 2017 and 2018 missile procurement, Air Force funds in the amount of $9,267,724 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business

  • This mobile comms unit has people talking

    June 20, 2019 | International, C4ISR, Other Defence

    This mobile comms unit has people talking

    By: Mark Pomerleau The Army has a slew of ongoing efforts to modernize its tactical network, including a focus on a pilot unit that moves quickly through the world and spectrum to tailor critical communications systems support. The Expeditionary Signal Battalion-Enhanced (ESB-E) supports units that don't have organic comms capabilities. These could include military intelligence battalions, chemical battalions, engineering battalions or air defense artillery branches. The ESB-E can also augment regular Army units, as a renewed focus on great powers requires all units to be much more mobile and expeditionary. What that means for signal battalions is their gear will have to be easily carried and set up to enable them to maneuver with units in a rapid manner. “The Army's transitioned to focusing on data environment and near-peer threat. The need for those logistical tails and for the enablers to move rapidly has increased, which is part of the demand signal that has gotten us away from” the Warfighter Information Network-Tactical of the past, Maj. Jeff Forry, S-3 50th Expeditionary Signal Battalion, told C4ISRNET during a demo of Army network modernization efforts at Fort Myer June 18. Forry said they've provided much more modular and scalable capabilities than the Humvee-mounted, satellite transportable terminal-based capabilities of year's past. In March 2018, the Army authorized the beginning of the ESB-E pilot, which is intended to create more mobile and agile kits for signal brigades. As part of the pilot, three companies under the battalion have been outfitted with capabilities from three vendors. This includes basebands — made by DTech, PacStar and Klas — with accompanying Tampa Microwave or L3 satellite terminal dishes of varying diameter depending on the users the unit needs to accommodate. Overall, the battalion has packages to provide communications for a variety of users. “When I plan a mission, less than 20 users, I'd start looking at small [packages] ... when we start pulling 20 up to 48 I'm looking at medium, and then after that we'd either use multiple mediums or start looking at the [large] package,” Forry said. The modularity of the kits mean, in many cases, just adding more users merely involves just sliding a small router into the baseband and utilizing a slightly larger satellite terminal. This is easier than the old WIN-T way of doing things where teams needed to bring full transit cases to add more users and bandwidth. One user noted that the modularity of the kit allows teams to mix and match based on the requirement. For example, if they only need connectivity to the Pentagon's secret network, as opposed to the unclassified network, they only need to bring those services with them. During a recent event at Dugway Proving Grounds, members from the signal battalion supported a chemical brigade, which had to get in and out of affected areas very quickly. The team took a small package and was able to get communication up in less than 10 minutes. They were onsite for 20 minutes, packed up and moved to the next site. The Army is continuing to utilize training events, combat training center rotations and exercises such as Saber Guardian in Europe to evaluate systems within the pilot program and execute operational tests for the gear. “The different approach we took for this prototype that we're doing is we didn't go set off a dedicated unit to do an operational test,” Col. Greg Coile, project manager for tactical networks at Program Executive Office Command, Control, Communications-Tactical, said. “Their operational test is when they go to Saber Guardian, when they go do the operational support, that is how we're testing and ... we use that user feedback going forward.” Coile added that this ongoing experimentation also allows units to get more repetitions as opposed to the old way of doing things, where the unit would get the equipment two weeks ahead of an operational test at something like the Network Integration Evaluation. Now units get an entire year with the equipment, which means the value of feedback is much higher, Coile said. The capabilities for the ESB-E unit will be part of the Army's first delivery of capability in 2021 for its network modernization the service is calling capability set 2021. Coile said the pilot will run until September, after which the Army will begin to make decisions on down-selecting vendors and outfitting actual units with the kits. The plan is to have every unit have the same equipment, as opposed to three companies currently outfitted with different vendor equipment for the prototype. A battalion will be complete in 2019, Coile said, and they are funded for three more in 2020. Moreover, they'll buy more in late 2020 to early 2021 and field those three. In 2021 there is funding for another three units, but the Army leadership will have to make a decision on what units get that. https://www.c4isrnet.com/battlefield-tech/2019/06/19/this-mobile-comms-unit-has-people-talking/

  • Contract Awards by US Department of Defense - June 19, 2019

    June 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 19, 2019

    MISSILE DEFENSE AGENCY DTechLogic LLC, a joint venture** Huntsville, Alabama, is being awarded a competitive cost-plus-award-fee, cost-plus-fixed-fee, and cost-reimbursable contract. The total value of this contract is $255,909,986. The contractor will provide the infrastructure and cybersecurity engineering necessary to support ballistic missile defense system (BMDS) hardware-in-the-loop (HWIL) and related ground testing in a continuous integration/continuous agile testing (CI/CAT) environment. The work will be performed in Huntsville, Alabama. The performance period is from June 2019 through June 2024. This award is the result of a competitively awarded acquisition in which four offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $100,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-19-C-0012). AIR FORCE ArmorWorks Enterprises, Chandler, Arizona, has been awarded a $206,073,316 firm-fixed-price contract for delivery of payload transporters. This contract provides for replacement of aging payload transporters. Work will be performed in Chandler, Arizona, and is expected to be complete by July 30, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 procurement funds in the amount of $31,322,624 are being obligated at the time of award. The Intercontinental Ballistic Missile Contracting Division, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0005). DEFENSE HEALTH AGENCY Dell Federal Systems, Round Rock, Texas, was awarded a firm fixed order for $82,895,710 (Base-plus-2) and FAR 52.217-8 six months extension in the estimated amount of $13,815,951 with an estimated total of $96,711,662, using fiscal 19 O&M funds (HT0015-19-F-0087). This is an enterprise-level blanket purchase agreement (BPA) call for Microsoft software and support against the Enterprise Software Initiative (ESI) BPA for Microsoft. This procurement is to renew Microsoft licenses for 72 customers within Defense Health Agency (DHA), Air Force, Army, and Navy. These licenses are required for products including VISIO Professional, Windows Server Standard, Project Standard, and SQL Server Enterprise. The requirement was competitively solicited among all awardees under the ESI multi-award BPA for Microsoft, and the proposals were evaluated on the lowest-price-technically-acceptable (LPTA) basis. The amount of $27,631,903 for the base year is obligated at the time of the award. The DHA Health Information Technology Contracting Division (HIT-CD), located in San Antonio, Texas, is the contracting activity (HT0015). (Awarded June 10, 2019) NAVY Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $76,670,049 cost-plus-incentive-fee, cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5103 to exercise options for AEGIS development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. This option exercise is for continued technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance and other operation and maintenance efforts required for the AEGIS development and test sites. This option exercise also provides for the continuing site maintenance and planned improvements of the sites for AEGIS Combat System and Aegis Weapon System upgrades to CG-47 and DDG-51 class ships through the completion of Advanced Capability Build 20 and Technology Insertion 16, in addition to AEGIS Ballistic Missile Defense and FMS requirements. This contract modification combines purchases for the U.S. Navy (34.7%), Missile Defense Agency (MDA) (22.7%) and the governments of Japan (34.4%), Australia (4.7%), South Korea (2.1%), and Norway (1.4%) under the foreign military sales program. Work will be performed in Moorestown, New Jersey, and is expected to be complete by June 2020. Foreign military sales (Japan, Australia, South Korea, Norway); fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 research, development, test and evaluation (MDA); fiscal 2019 operation and maintenance (MDA); fiscal 2019 operation and maintenance (Navy); fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $29,746,093 will be obligated at time of award, and funding in the amount of $4,617,194 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $12,584,840 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cybersecurity and security engineering-related services to the Department of Defense, National Guard Bureau and Department of Homeland Security. This two-year contract includes one, three-year option period which, if exercised, would bring the potential value of this contract to an estimated $31,832,280. Work will be performed in Marlton, New Jersey (25%) and in Philadelphia, Pennsylvania (75%), and work is expected to be completed June 18, 2021. If the option is exercised, work will continue through June 18, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy and Army); other procurement (Navy); research and development (Air Force); research, development, test and evaluation (Navy), and acquisition, contracts and improvements (Coast Guard). This contract was competitively procured via Request for Proposal N66001-17-R-0066 and publication on the Federal Business Opportunities website and NAVWAR e-Commerce Central website. Nine offers were received, and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0076). Ultralife Corp., Newark, New York, is awarded a $9,985,687 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Universal Vehicle Adapter radio battery chargers, MRC-UVA-V1, in support of the Family of Special Operations Vehicles Ground Mobility Vehicle and Mine Resistant Ambush Protected platforms. Work will be performed in Newark, New York, and is expected to be completed in June 2024. 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 limited competition in accordance with Federal Acquisition Regulation 3.02-1(c) via an electronic request for proposal posted to the Federal Business Opportunities website, with one offer received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0132). ARMY B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $67,147,000 firm-fixed-price contract for a general purpose warehouse at Red River Army Depot, Texas. Bids were solicited via the internet with four received. Work will be performed in Texarkana, Texas, with an estimated completion date of Jan. 22, 2023. Fiscal 2018 and 2019 military construction and operations and maintenance Army funds in the combined amount of $67,147,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0029). General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $20,576,456 cost-plus-fixed-fee contract for system engineering and program management support for the Warfighter Information Network-Tactical Increment 2 systems and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Feb. 13, 2020. Fiscal 2019 other procurement, Army funds in the amount of $17,582,214 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-10-D-C007). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $14,991,526 modification (P00005) to foreign military sales (Saudi Arabia) contract W58RGZ-17-C-0009 to procure the Post Green DD250 aircraft support, storage and maintenance for UH-60M aircraft for the Saudi Arabian Ministry of the National Guard. Work will be performed in Stratford, Connecticut, with an estimated completion date of April 30, 2022. Fiscal 2019 foreign military sales funds in the amount of $14,991,526 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Pine Bluff Sand and Gravel Co., White Hall, Arkansas, was awarded a $9,925,269 modification (P00009) to contract W912EQ-16-C-0008 for the rental of the dustpan hydraulic pipeline dredge for up to six month to perform maintenance dredging within the Mississippi River and tributaries to authorized channel dimensions. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Dec. 23, 2019. Fiscal 2019 Mississippi River and tributaries civil funds in the amount of $9,925,269 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. DEFENSE LOGISTICS AGENCY Pama Inc.,* Elgin, Illinois, has been awarded a maximum $7,102,814 firm-fixed-price contract for horizontal boring mills. This is a one-year contract with no option periods. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Illinois and Italy, with an Oct. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-19-C-0002). *Small business **Woman Owned Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1881299/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.