Filter Results:

All sectors

All categories

    2338 news articles

    You can refine the results using the filters above.

  • Coast Guard commandant talks domestic challenges and threats in the Arctic

    May 7, 2019 | International, Naval, Security

    Coast Guard commandant talks domestic challenges and threats in the Arctic

    By: Jeff Martin and Geoff Ziezulewicz From home port inspections to transiting the Taiwan Strait, down to Antarctica and through riverine waterways, the Coast Guard has arguably the most diverse mission set of the armed services. But despite these responsibilities, the Coast Guard remains a red-headed stepchild of sorts, a military branch that falls under the Department of Homeland Security. That designation resulted in a lack of payment for Coasties during the 35-day government shutdown of December 2018 and January 2019. But in a chat during the 2019 Sea-Air-Space conference, Coast Guard Commandant Adm. Karl Schultz said his service is back on track, even as it grapples with the same readiness challenges faced by other services. He also opined on why the Arctic matters more than ever, as well as the difference between the current heavy icebreaker and the coming polar security cutter. The Coast Guard was hit hard during the government shutdown. What is the service doing to recover? The shutdown was a shutdown. Obviously going 35 days without pay was tough on our members. Not having appropriations challenged us from a readiness standpoint. I think we have recovered. Some of the things like boat maintenance periods, dry dock availabilities, we lost some calendar days on that. That's tough. But going forward, the Coast Guard's ready to do the nation's business. What's the main message you try to convey to lawmakers on Capitol Hill regarding the last shutdown's impact on the Coast Guard? I've been on the same message since I did my Hill visits before my confirmation hearing in April 2018. The Coast Guard's challenge is readiness. In a budgeting environment we've been flatlined for the good part of eight-plus years. The president rolled out a conversation about national security. It's fantastic and good for [the Department of Defense], they got a 12 percent [funding] bump in 2018. Being in DHS, we weren't part of that conversation. We are a capital-intensive organization like the other armed forces, and we've got some bills. We've got some maintenance we've been kicking the can on, so since before I even assumed the duties of commandant I've been having this conversation about the readiness of the Coast Guard and testified recently about being at a readiness tipping point. We just need to enhance the understanding, the fact that it's a readiness conversation. We need to take ownership of it, and I need to convince folks that this is important for the nation. Your predecessor hammered the need for icebreaker capacity. Where is the Coast Guard at regarding its next icebreaker? Two weeks ago today, we award the contract to [VT Halter Marine] down in Mississippi to build the first polar security cutter. We used to talk about heavy icebreakers, now we talk about a polar security cutter. We just rolled out in April what we call the Arctic Strategic Outlook. It's a refresh on what was our Arctic strategic plan in 2013. We talk about the Arctic through a different lens now. We talk about the Arctic as a competitive space. We've seen China, we see Russia investing extensively. China built icebreakers in the time since we updated our strategy. China's been operating off the Alaskan Arctic for a good part of the last six years on an annual basis. We're championing increased capabilities in the Arctic, we're championing better communications, better domain awareness, we're talking about innovation, we're talking about resiliency, we're talking about rule-based order. I want to see the Arctic remain a peaceful domain. China's a self-declared Arctic state. They're not one of the eight Arctic nations, so for me, for the service, its presence equals influence. Right now, with one 43-year-old heavy icebreaker, Polar Star, that ship is basically a one-trick pony. It goes down to [McMurdo Station, the U.S. scientific outpost in Antarctica] every year and does the breakout, so the National Science Foundation can maintain their operations down there. The first polar security cutter, which probably hits the waterfront late 2023, 2024, is going to be almost a one for one. It's when we get to the second or third polar security cutter that we start to have some capacity. And again, presence equals influence. I'd like to see us in the Arctic, I'm not saying a fully annual basis, but on a lot more persistent presence up there. That's where we need to be as a nation. What's the difference between today's heavy icebreaker and the future polar security cutter? It's a designation change, it's the lexicon of adding “security” to the title. We thought it was more artful to capture the reflecting reality in how we talk about that ship. I think that narrative helped raise the bar in understanding. https://www.defensenews.com/news/your-navy/2019/05/06/coast-guard-commandant-talks-domestic-challenges-and-threats-in-the-arctic

  • DARPA: Expediting Software Certification for Military Systems, Platforms

    May 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    DARPA: Expediting Software Certification for Military Systems, Platforms

    Military systems are increasingly using software to support functionality, new capabilities, and beyond. Before a new piece of software can be deployed within a system however, its functional safety and compliance with certain standards must be verified and ultimately receive certification. As the rapid rate of software usage continues to grow, it is becoming exceedingly difficult to assure that all software considered for military use is coded correctly and then tested, verified, and documented appropriately. “Software requires a certain level of certification – or approval that it will work as intended with minimal risks – before receiving approval for use within military systems and platforms,” said Dr. Ray Richards, a program manager in DARPA's Information Innovation Office (I2O). “However, the effort required to certify software is an impediment to expeditiously developing and fielding new capabilities within the defense community.” Today, the software certification process is largely manual and relies on human evaluators combing through piles of documentation, or assurance evidence, to determine whether the software meets certain certification criteria. The process is time consuming, costly, and can result in superficial or incomplete evaluations as reviewers bring their own sets of expertise, experiences, and biases to the process. A lack of a principled means of decomposing evaluations makes it difficult to create a balanced and trustworthy process that applies equally to all software. Further, each subsystem and component must be evaluated independently and re-evaluated before it can be used in a new system. “Just because a subsystem is certified for one system or platform does not mean it is unilaterally certified for all,” noted Richards. This creates additional time delays and review cycles. To help accelerate and scale the software certification process, DARPA developed the Automated Rapid Certification Of Software (ARCOS) program. The goal of ARCOS is to create tools and a process that would allow for the automated assessment of software evidence and provide justification for a software's level of assurance that is understandable. Taking advantage of recent advances in model-based design technology, “Big Code” analytics, mathematically rigorous analysis and verification, as well as assurance case languages, ARCOS seeks to develop a capability to automatically evaluate software assurance evidence to enable certifiers to rapidly determine that system risk is acceptable. “This approach to reengineering the software certification process is well timed as it aligns with the DoD Digital Engineering Strategy, which details how the department is looking to move away from document-based engineering processes and towards design models that are to be the authoritative source of truth for systems,” said Richards. To create this automated capability, ARCOS will explore techniques for automating the evidence generation process for new and legacy software; create a means of curating evidence while maintaining its provenance; and develop technologies for the automated construction of assurance cases, as well as technologies that can validate and assess the confidence of an assurance case argument. The evidence generation, curation, and assessment technologies will form the ARCOS tools and processes, working collectively to provide a scalable means of accelerating the pathway to certification. Throughout the program's expected three phases, evaluations and assessments will occur to gauge how the research is progressing. ARCOS researchers will tackle progressively more challenging sets of software systems and associated artifacts. The envisioned evaluation progression will move from a single software module to a set of interacting modules and finally to a realistic military software system. Interested proposers will have an opportunity to learn more during a Proposers Day on May 14, 2019, from 8:30AM to 3:30PM (EST) at the DARPA Conference Center, located at 675 N. Randolph Street, Arlington, Virginia, 22203. The purpose of the Proposers Day is to outline the ARCOS technical goals and challenges, and to promote an understanding of the BAA proposal requirements. For details about the event, including registration requirements, please visit: https://www.fbo.gov/index?s=opportunity&mode=form&id=6a8f03472cf43a3558456b807877f248&tab=core&_cview=0 Additional information will be available in the forthcoming Broad Agency Announcement, which will be posted to www.fbo.gov. https://www.darpa.mil/news-events/2019-05-03

  • Contract Awards by US Department of Defense - May 3, 2019

    May 6, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 3, 2019

    U.S. SPECIAL OPERATIONS COMMAND Insitu Inc., Bingen, Washington, was awarded a maximum $23,000,000 modification (P00019) for an existing non-competitive, single award, indefinite-delivery/indefinite-quantity contract (H92222-16-D-0031) for Mid-Endurance Unmanned Aircraft Systems (MEUAS) 1.5B intelligence, surveillance, and reconnaissance (ISR) services. The $23,000,000 increase to a ceiling of $273,000,000 prevents gaps in ISR services until all task orders are transitioned to the current competitive MEUAS III contracts. Fiscal 2019 operations and maintenance funds in the amount of $7,354,530 are available for obligation at the task order level. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity. NAVY Valiant Global Defense Services Inc., San Diego, California, is awarded $15,913,990 for firm-fixed-price task order M67854-19-F-7884 under previously award contract M67854-19-D-7876 to provide support services for the Marine Air Ground Task Force (MAGTF) Training Support Service (MTSS), MAGTF Staff Training Program (MSTP). Services will include pre-deployment training programs to Marine Corps operating forces, as well as command, control, communications, and computer mobile training team training at the functional and executive level to commanders and battle staffs, and technical training for operators and information managers. Work will be performed in Quantico, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $5,380,849 will be obligated at the time of award and these funds will expire at the end of the current fiscal year. This order was competitively awarded under a multiple award task order contract. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity. Lockheed Martin Corp., Fort Worth, Texas, is awarded $7,514,515 for modification P00015 to a previously awarded fixed-price-incentive-fee contract (N0001918C1048) to establish organic depot component repair capabilities for the F-35 Lightning II Air Interceptor System in support of the Air Force, Marine Corps and Navy. Work will be performed in Rochester, Kent, United Kingdom (81.6 percent); and Fort Worth, Texas (18.4 percent), and is expected to be completed in March 2023. Fiscal 2017 aircraft procurement (Air Force); and fiscal 2019 aircraft procurement (Navy, Marine Corp. and Air Force) funds in the amount of $7,514,515 are being obligated at time of award, $3,757,257 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($3,757,257; 50 percent); Marine Corps ($1,878,629; 25 percent); and Navy ($1,878,629; 25 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY A4 Construction Company Inc.,* Sandy, Utah, was awarded a $12,309,817 firm-fixed-price contract for construction of a Special Operation Forces Human Performance Training Center. Bids were solicited via the internet with eight received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of May 6, 2021. Fiscal 2019 military construction funds in the amount of $12,309,817 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0018). DEFENSE LOGISTICS AGENCY Federal Prison Industries, Inc.,** doing business as UNICOR, Washington, District of Columbia, has been awarded a maximum $9,558,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for parkas. This is a one-year base contract with two one-year option periods. Locations of performance are Washington, District of Columbia; and Kentucky, with a May 2, 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-F024). *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1836925/source/GovDelivery/

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

    May 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    AIR FORCE Black River Systems Co.,* Utica, New York, has been awarded an $88,733,141 cost-plus-fixed-fee contract for operational counter-small unmanned aircraft systems (s-UAS) open systems architecture software/hardware systems. This contract provides for system analysis, simulation and modeling, technique development, hardware and software rapid prototyping, integration, test, demonstration, data analysis, transition, operational assessment, and hardware and software enhancement relative to the objective. Work will be performed in Utica, New York, and is expected to be complete by May 1, 2022. This award is the result of a Small Business Innovation Research III contract. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $5,031,500; and fiscal 2018 and 2019 procurement funds in the amount of $9,716,140, are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0040). Northrop Grumman Systems Corp. Mission Systems, Chantilly, Virginia, has been awarded an $82,320,000 cost contract for Enhanced Polar System Recapitalization (EPS-R) Control and Planning Segment (CAPS). This contract provides for the development of software to address international host accommodations for new out of band link functions, cyber architecture, orbit planning, and the capability for controlling four EPS Payloads simultaneously on a single software baseline. Work will be performed in Redondo Beach, California, and is expected to be complete by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $14,700,000 are being obligated at the time of award. The Space and Missile Systems Center, Military Satellite Communications Directorate, Los Angeles Air Force Base, California, is the contracting activity (FA8808-19-C-0001). Engility Corp., Andover, Massachusetts, has been awarded a $58,486,192 cost-plus-fixed-fee contract for research and development. This contract provides for the enhancement of airman combat survivability by enabling forces to counter optical hazards and threats while exploiting optical systems. The goal of the research is to further scientific knowledge of optical radiation to protect against and exploit physical, physiological, psychological, and other effects of optical radiation. Work will be performed primarily at Fort Sam Houston, Texas, and is expected to be complete by April 30, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,997,330 are being obligated at the time of award. Air Force Research Laboratory, Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6024). MISSILE DEFENSE AGENCY Orbital Sciences Corp. (a wholly owned subsidiary of Northrop Grumman Innovation Systems), Chandler, Arizona, is being awarded a $46,809,398 cost-plus-award-fee, cost-plus-incentive-fee, fixed-price-award-fee modification (P00237) to a previously awarded contract (HQ0147-11-C-0006). The value of this contract is being increased from $1,209,315,046 by $46,809,398 to $1,256,124,444. Under this modification, the contractor will provide Intercontinental Ballistic Missile (ICBM) target capability upgrade kits and associated nonrecurring engineering. The work will be performed in Chandler, Arizona. The performance period is from April 2019 through December 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $12,730,000 are being obligated on this award. One offer was solicited and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. NAVY Harper Construction Co. Inc., San Diego, California, is awarded $41,578,195 for firm-fixed-price task order N6247319F4561 under a previously awarded multiple award construction contract (N62473-18-D-5853) for construction of a maintenance and warehouse facility at Marine Corps Base Camp Pendleton, California. The work to be performed provides for a design-build project, consisting of demolition of existing structures, utilities, and pavement, to make room for a new amphibious vehicle maintenance complex. The complex will include a maintenance facility, general purpose warehouse, armory, overhead cover structure, and a general storage area. New utilities and pavement will be added to the maintenance complex. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $41,578,195 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. Magnum Medical Overseas JV LLC, Angleton, Texas, is awarded a $20,800,000 firm-fixed-price contract for educational and developmental intervention services at naval military treatment facilities and any associated branch clinics outside the contiguous U.S. Pacific and Atlantic regions to include: Naval Hospital Okinawa, Japan (20 percent); Naval Hospital Yokosuka, Japan (20 percent); Naval Hospital Guam, Guam (20 percent); Naval Hospital Sigonella, Italy (20 percent); Naval Hospital Rota, Spain (10 percent); and Naval Hospital Naples, Italy (10 percent). This is a five-year single award contract and all work is expected to be completed by Jan. 31, 2024. Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0003). AAI Corp., Hunt Valley, Maryland, is awarded a $20,452,716 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-6322 for engineering and technical services for the Unmanned Influence Sweep System (UISS) Unmanned Surface Vehicle program. The UISS is the system which will allow the Littoral Combat Ship to perform its mine warfare sweep mission. UISS will target acoustic, magnetic, and magnetic/acoustic combination mine types. The UISS program will satisfy the Navy's need for a rapid, wide-area coverage mine clearance capability, required to neutralize magnetic/acoustic influence mines. UISS seeks to provide a high area coverage rate in a small, lightweight package with minimal impact on the host platform. Work will be performed in Hunt Valley, Maryland (70 percent); and Slidell, Louisiana (30 percent), and is expected to be complete by September 2019. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $7,670,225 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. ARMY Luhr Brothers Inc., Columbia, Illinois, was awarded a $22,936,000 firm-fixed-price contract for Mississippi River and tributaries flood control. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 1, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $22,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0010). Pond & Co., Metairie, Louisiana (W912BV-19-D-0007); Jacobs Government Services Co., Fort Worth, Texas (W912BV-19-D-0008); and Michael Baker International Inc., Moon Township, Pennsylvania (W912BV-19-D-0009), will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer master planning services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 1, 2024. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY National Industries For The Blind,** has been awarded a maximum $15,036,000 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B022) with two one-year option periods for Army Physical Fitness Uniform (APFU) jackets. This is an indefinite-delivery contract. Locations of performance are North Carolina and Maryland, with a May 10, 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. Raytheon Co., McKinney, Texas, has been awarded a maximum $9,362,924 firm-fixed-priced delivery order (SPRPA1-19-F-LG07) against a five-year basic ordering agreement (SPRPA1-14-G-001X) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Feb. 28, 2021, performance completion date. Using customers are Navy and Japan. Type of appropriation is fiscal 2019 through 2021 Navy working capital funds and foreign military sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contracts announced on April 26, 2019, for Sea Box,* Cinnaminson, New Jersey (SPRD11-19-D-0100; $471,828,000); W&K Containers,* Mill Valley, California (SPRDL1-19-D-0101; $19,513,750); and NexGen Composites,* Franklin, Ohio (SPRDL1-19-D-0097, $253,608,919), were announced with an incorrect award date. The correct award date is May 2, 2019. They were also announced without the solicitation number. The solicitation number is SPRDL1-18-R-0353. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1834495/source/GovDelivery/

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

    May 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    ARMY Callan Marine Ltd., Galveston, Texas (W912EP-19-D-0023); Cashman Dredging and Marine Contracting Co. LLC, Quincy, Massachusetts (W912EP-19-D-0024); Cavache Inc.,* Pompano Beach, Florida (W912EP-19-D-0025 ); Continental Heavy Civil Corp., Miami, Florida (W912EP-19-D-0026 ); Cottrell Contracting Inc.,* Chesapeake, Virginia (W912EP-19-D-0027); Great Lakes Dredge and Dock, Oak Brook, Illinois (W912EP-19-D-0028); J.T. Cleary Inc., Spring Valley, New York (W912EP-19-D-0029); Manson Construction Co., Seattle, Washington (W912EP-19-D-0030); Marinex Construction Inc., Charleston, South Carolina (W912EP-19-D-0031); Norfolk Dredging Co., Chesapeake, Virginia (W912EP-19-D-0032); Orion Marine Construction Inc., Tampa, Florida (W912EP-19-D-0033); Southern Dredging Co. Inc.,* Charleston, South Carolina (W912EP-19-D-0034); The Dutra Group, San Rafael, California (W912EP-19-D-0035); Waterfront Property Service LLC, doing business as Gator Dredging,* Clearwater, Florida (W912EP-19-D-0036 ); Weeks Marine Inc., Covington, Louisiana (W912EP-19-D-0037); Cavache Inc.,* Pompano Beach, Florida (W912EP-19-D-0038); CJW Construction Inc.,* Santa Ana, California (W912EP-19-D-0039); Coastal Dredging Co. Inc.,* Hammond, Louisiana (W912EP-19-D-0040); Cottrell Contracting Inc.,* Chesapeake, Virginia (W912EP-19-D-0041); Florida Dredge and Dock LLC,* Tarpon Springs, Florida (W912EP-19-D-0042); Southern Dredging Co. Inc.,* Charleston, South Carolina (W912EP-19-D-0043); Southwind Construction Corp.,* Evansville, Indiana (W912EP-19-D-0044); and Waterfront Property Service LLC, doing business as Gator Dredging,* Clearwater, Florida (W912EP-19-D-0045), will compete for each order of the $495,000,000 firm-fixed-price contract for dredging and shore protection projects. Bids were solicited via the internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity. HB&A LLC,* Colorado Springs, Colorado (W9128F-19-D-0004); Kenneth Hahn Architects Inc.,* Omaha, Nebraska (W9128F-19-D-0005); and Yeager Architecture Inc.,* Overland Park, Kansas (W9128F-19-D-0006), will compete for each order of the $30,000,000 firm-fixed-price contract for preparation of studies, analysis and design services. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. PRIDE Industries, Roseville, California, was awarded a $20,122,695 modification (P00008) to contract W91247-18-C-0011 for repair and maintenance support. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 31, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $5,772,517 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. A. WBE-CCI JV One LLC,* Itasca, Illinois, was awarded a $7,828,000 firm-fixed-price contract for the construction of a new Air National Guard Fire Crash Rescue Station. Bids were solicited via the internet with five received. Work will be performed in Peoria, Illinois, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 military construction funds in the amount of $7,828,000 were obligated at the time of the award. U.S. Property and Fiscal Office Illinois is the contracting activity (W91SMC-19-C-6001). S.D.S Lumber Co.,* Bingen, Washington, was awarded a $7,757,620 modification (P00007) to contract W912EF-18-C-0010 for towboat services. Work will be performed in Walla Walla, Washington, with an estimated completion date of April 30, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $3,638,716 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity. STG Inc.,* Reston, Virginia, was awarded a $7,645,240 firm-fixed-price contract for operational and technical engineering. Bids were solicited via the internet with three received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,645,240 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0142). DEFENSE LOGISTICS AGENCY Beacon Point Associates LLC, Cape Coral, Florida, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is Florida, with a May 14, 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 (SPE2DE-19-D-0005). Allied Tube and Conduit Corp., Harvey, Illinois, has been awarded a maximum $46,000,000 firm-fixed-price with economic-price-adjustment contract for barbed tape concertina wire. This is a competitive acquisition with two responses received. This is a two-year base contract with three one-year option periods. Locations of performance are Illinois and Ohio, with an April 30, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-19-D-0002). American Medical Depot (AMD), Miramar, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 11 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a June 11, 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 (SPE2DE-19-D-0009). Kandor Manufacturing Inc., Kandor, Puerto Rico, has been awarded a maximum $13,896,462 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Navy working uniform, Blouses/Trousers Type II and III, and maternity blouses. This was a competitive acquisition with five responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico, with an Oct. 29, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1163). (Awarded April 30, 2019) AIR FORCE Rockwell Collins Inc., Collins Aerospace – Mission Systems, Cedar Rapids, Iowa, has been awarded a $43,033,042 cost-plus-incentive-fee contract for Next Generation Application Specific Integrated Circuit Preliminary Design Review (PDR). This contract provides for the design, develop, and test of modernized Global Positioning System receivers that are intended for future military applications to the PDR level. Work will be performed in Cedar Rapids, Iowa, and is expected to be complete by April 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $9,000,000 are being obligated at time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-19-C-0003). International Business Machines Corp., Yorktown Heights, New York, has been awarded a $7,500,000 other transaction agreement for experimental purposes to provide an IBM Q access license. This agreement provides for remote access to the IBM Q System, a quantum computer with approximately 20 to 50 qubits. Work will be performed in Yorktown Heights, New York, and is expected to be complete by April 30, 2022. Fiscal 2019 research and development funds in the amount of $5,000,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-9-0334). NAVY Systems Application and Technologies Inc., Largo, Maryland, is awarded a $14,583,586 cost-plus-fixed-fee contract to procure continued support services to the Air Vehicle Modification and Instrumentation (AVMI) Department and the Naval Air Systems Command (NAVAIR). Required services include support for the designing, developing, procuring, building, installing, testing and evaluating, calibrating, modifying, operating and maintaining instrumentation on aircraft and engines for the Navy and other government and commercial customers. Work will be performed at Patuxent River, Maryland (74 percent); China Lake, California (13.5 percent); and Point Mugu, California (12.5 percent), and is expected to be completed in November 2020. Working capital (Navy) funds in the amount of $8,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0023). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1831787/source/GovDelivery/

  • Government of Canada awards contract to Chantier Davie for refit of Canadian Coast Guard icebreaker and unveils names of interim icebreakers

    May 1, 2019 | Local, Naval, Security

    Government of Canada awards contract to Chantier Davie for refit of Canadian Coast Guard icebreaker and unveils names of interim icebreakers

    LÉVIS, QC, April 30, 2019 /CNW/ - Icebreaking is a key factor in ensuring the safe and efficient movement of people and goods on Canadian waterways, and helps contribute to year-round shipping and economic growth. That is why the Government of Canada is committed to providing the Canadian Coast Guard with the equipment it needs to ensure these waterways are kept safe and open for business. The Minister of Fisheries, Oceans and the Canadian Coast Guard, the Honourable Jonathan Wilkinson, and the Minister of Public Services and Procurement and Accessibility, the Honourable Carla Qualtrough, announced today that Chantier Davie of Lévis, Quebec, was awarded a contract of $7,198,164.30 for the dry-dock refit of the CCGS Louis S. St-Laurent, Canada's largest icebreaker. The scheduled refit of the CCGS Louis S. St-Laurent will ensure the Canadian Coast Guard continues to provide critical icebreaking and other marine services effectively. This contract was awarded on April 15, 2019following an Advanced Contract Award Notice issued on November 16, 2018. Minister Wilkinson also announced the names of the two interim icebreakers currently undergoing conversion work at Chantier Davie; CCGS Jean Goodwill and CCGS Vincent Massey. These ships will be available to support Coast Guard programs by late 2019 and summer 2020, respectively. In December 2018, the Canadian Coast Guard accepted the first of three interim icebreakers which were acquired to supplement its existing fleet during vessel life extension and repair periods. CCGS Jean Goodwill takes its name from one of the founding members of the Aboriginal Nurses Association of Canada and contemporary champion of public health services for Indigenous people. CCGS Vincent Massey, is named after the first Canadian appointed to the post of Governor General, which until then was occupied by British born individuals. The Right Honourable Vincent Massey was appointed Governor General on the recommendation of then Prime Minister Louis St. Laurent. CCGS Jean Goodwill and CCGS Vincent Massey will be part of the national Coast Guard fleet which carries out icebreaking duties in Atlantic Canada, the St. Lawrence and the Great Lakes, and Arctic regions. CCGS Jean Goodwill's homeport will be in Halifax, NS, and CCGS Vincent Massey in Quebec City, QC. Quotes "The refit of CCGS Louis S. St-Laurent is an important part of the planned maintenance of the Coast Guard's icebreaking fleet. Regular maintenance helps ensure our largest vessel is ready to provide essential icebreaking services to Canadians, especially in the Arctic where shipping escorts are essential to resupplying northern communities. Furthermore, we look forward to welcoming CCGS Jean Goodwill and CCGS Vincent Massey to the fleet to help support the Coast Guard with the essential work they do in Canadian waters." The Honourable Jonathan Wilkinson Minister of Fisheries, Oceans and the Canadian Coast Guard "Canadians from coast to coast to coast rely on the Canadian Coast Guard to protect their coastlines and their livelihoods. This contract will ensure the men and women of the Canadian Coast Guard are properly equipped to do their important work, while also helping sustain good middle-class jobs at the Davie Shipyard." The Honourable Carla Qualtrough Minister of Public Services and Procurement and Accessibility "Our government's contract award to Davie Shipyard is a testament to the exceptional expertise of the shipbuilding workers in our region. Their internationally recognized expertise and professionalism will continue to be put to work for the benefit of the Canadian Coast Guard, the safety of our waterways and our economy." The Honourable Jean-Yves Duclos Member of Parliament for Québec Quick Facts The CCGS Louis S. St-Laurent is Canada's largest icebreaker, homeported in St. John's, Newfoundland and Labrador. Icebreakers are crucial to Coast Guard services, vital to the safety of mariners, the protection of coastal waters, resupply of northern communities and the orderly flow of commerce through Canadian waters. The award of this contract follows an Advance Contract Award Notice (ACAN), which was issued on November 16, 2018 and closed on December 4, 2018. The ACAN process helps to ensure a fair, open, and transparent procurement process, by allowing any interested supplier to demonstrate how it could meet the requirements of the ACAN. As of December 2018, the value of the work awarded under the repair, refit and maintenance portion of the National Shipbuilding Strategy (NSS) is now over $4.5B.This includes $1.56B in contracts awarded to Quebec shipyards under the NSS. On December 14, 2018, the Canadian Coast Guard accepted the first of three interim icebreakers being converted by Chantier Davie as part of a $610-million contract awarded in August 2018. The three icebreakers were acquired to supplement the Coast Guard's existing fleet during vessel life extension and repair periods, providing continuous on-water capability during scheduled maintenance periods. In accordance with the Canadian Coast Guard ship naming policy, CCGS Jean Goodwill and CCGS Vincent Massey were named to honour Canadian leaders who made significant contributions to Canada. Associated Links Canadian Coast Guard's new icebreakers National Shipbuilding Strategy Canadian Coast Guard Navigation Officer Program Stay Connected Follow the Canadian Coast Guard on Twitter, Facebook, Instagram and YouTube. Subscribe to receive our news releases and more via RSS feeds. For more information or to subscribe, visit http://www.dfo-mpo.gc.ca/media/rss-eng.htm. SOURCE Fisheries and Oceans (DFO) Canada For further information: Jocelyn Lubczuk, Press Secretary, Office of the Minister of Fisheries, Oceans and the Canadian Coast Guard, 343-548-7863, Jocelyn.lubczuk@dfo-mpo.gc.ca; Media Relations, Fisheries, Oceans and the Canadian Coast Guard, 613-990-7537, Media.xncr@dfo-mpo.gc.ca https://www.newswire.ca/news-releases/government-of-canada-awards-contract-to-chantier-davie-for-refit-of-canadian-coast-guard-icebreaker-and-unveils-names-of-interim-icebreakers-857320833.html

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

    May 1, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    WASHINGTON HEADQUARTERS SERVICES Institute for Defense Analyses (IDA), Alexandria, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $950,668,589 and an $11,844,044 cost-plus-fixed-fee task order. The contract is to provide research, analyses, technical evaluation, and test and evaluation support to the Office of the Secretary of Defense Joint Staff, combatant commands, and defense agencies. IDA work will involve the comprehensive evaluation of national security issues, including systems and technologies at all stages of development, deployment, and use. Work performance will take place at the Mark Center, Alexandria, Virginia, and other Department of Defense (DoD) and U.S. government facilities within the National Capital Region. Research, development, test and evaluation funds in the amount of $8,527,332; operations and maintenance funds in the amount of $2,486,712; DoD working capital funds in the amount of $340,000; and energy and water appropriations for Army Corps of Engineers in the amount of $490,000 were awarded. The expected completion date is March 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0001). (Awarded April 15, 2019) NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded $419,086,770 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068). This modification exercises an option for Lot 19 AIM-9X Block II and II+ all up round tactical missiles, captive air training missiles, captive test missiles, special air training missiles, advanced optical target detectors, guidance units (live battery), captive air training missile guidance units (inert battery), Block I and II propulsion steering sections, Block II electronic units, tail caps, containers, and spares for the Navy, Air Force, and the governments of Australia, Belgium, Denmark, Finland, Indonesia, Israel, Japan, Kuwait, Malaysia, Morocco, Oman, the Netherlands, Norway, Poland, Qatar, Romania, Saudi Arabia, Singapore, Slovakia, South Korea, Switzerland, Taiwan, Turkey, and the United Arab Emirates. In addition, this modification provides for materials in support of repairs, depot maintenance, and refurbishment. Work will be performed in Tucson, Arizona (31 percent); Andover, Massachusetts (10 percent); Keyser, West Virginia (9 percent); Santa Clarita, California (8 percent); Hillsboro, Oregon (5 percent); Ottawa, Ontario, Canada (5 percent); Goleta, California (4 percent); Cheshire, Connecticut (4 percent); Heilbronn, Germany (3 percent); Simsbury, Connecticut (2 percent); San Jose, California (2 percent); Valencia, California (2 percent); Anaheim, California (2 percent); Cajon, California (2 percent); Cincinnati, Ohio (1 percent); Anniston, Alabama (1 percent); San Diego, California (1 percent); Chatsworth, California (1 percent); Amesbury, Massachusetts (1 percent); Claremont, California (1 percent); Sumner, Washington (1 percent); and other locations within the continental U.S. (4 percent). Work is expected to be completed in October 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy and Air Force); fiscal 2018 and 2019 missile procurement (Air Force); fiscal 2019 operations and maintenance (Navy); and Foreign Military Sales (FMS) funds in the amount of $419,086,770 of will be obligated at time of award, $7,031,336 of which will expire at the end of the fiscal year. This contract modification combines purchases for the Navy ($123,468,497; 29.46 percent); Air Force ($118,935,517; 28.38 percent); and the governments of Qatar ($38,599,559; 9.22 percent); Australia ($36,934,376; 8.81 percent), South Korea ($29,064,332; 6.94 percent); Norway ($24,637,082; 5.88 percent); Slovakia ($13,515,225; 3.22 percent); Japan ($10,653,101; 2.55 percent); Denmark ($9,417,847; 2.25 percent); Morocco ($7,428,180; 1.77 percent); Belgium ($1,317,129; 0.31 percent), the United Arab Emirates ($1,056,768; 0.25 percent); the Netherlands ($1,051,562; 0.25 percent); Singapore ($723,714; 0.17 percent); Oman ($591,932; 0.14 percent); Switzerland ($349,984; 0.08 percent); Saudi Arabia ($291,195; 0.07 percent); Poland ($171,927; 0.04 percent); Turkey ($171,841; 0.04 percent); Romania ($156,165; 0.04 percent), Taiwan ($147,705; 0.04 percent); Finland ($141,315; 0.03 percent), Indonesia ($85,415; 0.02 percent), Kuwait ($82,620; 0.02 percent), Israel ($59,114; 0.01 percent); and Malaysia ($34,668; 0.01 percent), under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded an undefinitized contract action with a not-to-exceed-value of $132,283,800. This contract procures the necessary hardware and systems engineering technical support, analysis and studies to integrate the Department of Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) system onto aircraft for the Navy, Army, and the governments of the United Kingdom and Norway. Hardware for this procurement includes the following weapon replaceable assemblies: 283 advanced threat warning sensors; 79 control indicator unit replaceables; 52 -2103 signal processors; 120 infrared missile warning sensors; 91 Guardian Laser Transmitter Assemblies (GLTAs); 13 multi-role electro-optical end-to-end test sets; 190 GLTA shipping containers; 46 high capacity cards; 10 LAIRCM signal processor replacements smart connector assemblies; and 123 personal computer memory card, international association cards. Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Colombia, Maryland (3 percent); and various locations within the continental U.S. (22 percent), and is expected to be completed in June 2021. Fiscal 2019 aircraft procurement (Navy); fiscal 2018 aircraft procurement (Navy and Army); fiscal 2019 working capital (Navy); and Foreign Military Sales (FMS) funds in the amount of $42,387,745 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($104,986,224; 79 percent); Army ($19,606,871; 15 percent); the government of United Kingdom ($3,144,044; 2.5 percent); and the government of Norway ($4,546,661; 3.5 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0011). Gulf Island Shipyards LLC,* Houma, Louisiana, is awarded a $128,561,825 firm-fixed-price modification to previously awarded contract N00024-18-C-2207 to exercise options for construction of two towing, salvage and rescue ships. Work will be performed in Houma, Louisiana (92 percent); Hampton, Virginia (5 percent); Stord, Norway (2 percent); and New Orleans, Louisiana (1 percent), and is expected to be complete by November 2021. Fiscal 2018, 2019, and 2016 shipbuilding and conversion (Navy) funding in the amounts of $64,887,543, and $63,589,282, $85,000 respectively 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. Airborne Tactical Advantage Co., Newport News, Virginia (N0042119D0058); Coastal Defense, Inc.,* Mill Hall, Pennsylvania (N0042119D0059); Draken International, Inc.,* Lakeland, Florida (N0042119D0060); and Tactical Air Support Inc., Reno, Nevada (N0042119D0061), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity task order contracts. These contracts are for contracted close air support for the Naval Air Systems Command's Specialized and Proven Aircraft Program Office. Services to be provided include contractor-owned and operated regionally-based, geographically-distributed aviation training capabilities to support adversary and offensive air support. The estimated aggregate ceiling for all contracts is $124,518,540 with companies having an opportunity to compete for individual task orders. Work will be performed at the Naval Air Station, Fallon, Nevada (50 percent); the Marine Corps Air Station, Cherry Point, North Carolina (25 percent); and Marine Corps Air Ground Combat Center, Twenty-nine Palms, California (25 percent), and is expected to be completed in April 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $40,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. These contracts were competitively procured via an electronic request for proposals; seven offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Walashek Industrial and Marine Inc., San Diego, California (N55236-19-D-0005); and Epsilon Systems Solutions, San Diego, California (N55236-19-D-0006), are each awarded a combined aggregate $39,521,000 multiple award indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing arrangements for landing craft air cushion (LCAC) repairs, maintenance, modernization, and retirement services. The work will encompass LCAC Fleet Modernization Program, LCAC Post Service Life Extension Program Extension, LCAC retirements, and LCAC planned/emergent repairs. These two companies will have an opportunity to compete for individual delivery orders. Work will be performed in Oceanside, California, and is expected to be complete by April 2020, and if all options are exercised, work will continue through April 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $20,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract's initial delivery order and expire at the end of the current fiscal year. These contracts were competitively procured via Federal Business Opportunities website, with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $21,109,471 for cost-plus-fixed-fee, firm-fixed-price delivery order N6134018F0067 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the procurement of inlet retrofit kits for the T-45 aircraft, including support equipment and special tooling and engineering and logistics support for installations. Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,109,471 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. Boston Consulting Group, Bethesda, Maryland, is awarded $20,246,115 for modification P00003 to a previously issued firm-fixed-price order (N0042119F0106) against a General Services Administration, Federal Supply Schedule contract (GS-10-F-0253V). This modification exercises the option to continue the implementation of a new Naval Sustainment System (NSS) to include the development of governance, coordination, and accountability mechanisms across the Naval Aviation Enterprise. The Commander for the Fleet Readiness Center's contribution to the NSS will deploy commercial maintenance best practices, tailored to the Navy's operational requirements and starting position, in order to reduce component repair and heavy maintenance periodic maintenance inspection turnaround times and better enable aviation readiness recovery. Work will be performed in North Island, California (20 percent); Oceana, Virginia (15 percent); Whidbey Island, Washington (15 percent); Jacksonville, Florida (10 percent); Cherry Point, North Carolina (10 percent); Lemoore, California (10 percent); Dallas, Texas (5 percent); Bethesda, Maryland (5 percent); Miramar, California (4 percent); Patuxent River, Maryland (3 percent); Washington, District of Columbia (2 percent); and Mechanicsburg, Pennsylvania (1 percent), and is expected to be completed in October 2019. Working capital (Navy) funds in the amount of $20,246,115 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Saab Defense and Security USA LLC (Saab USA), East Syracuse, New York, is being awarded a $17,241,690 firm-fixed-price modification to previously-awarded contract N00024-17-C-5381 to exercise options for production of the Multi-Mode Radar (MMR) systems. Under this contract, Saab USA will manufacture, inspect, test and deliver MMR systems to be deployed on Navy expeditionary support base ships and Coast Guard offshore patrol cutters. Work will be performed in East Syracuse, New York (64 percent); and Gothenburg, Sweden (36 percent), and is expected to be completed by October 2020. Fiscal 2019 other procurement (Navy); and fiscal 2018 and 2016 shipbuilding and conversion (Navy) funding in the amount of $17,241,690 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. Avian LLC,* Lexington Park, Maryland, is awarded $13,500,084 for modification P00041 under a previously awarded cost-plus-fixed-fee contract (N00421-17-C-0049) to exercise an option to provide support for the Naval Air Warfare Center Aircraft Division's Integrated System Evaluation Experimentation and Test Department. Services provided will include flight test engineering, programmatic, administrative, design, execution, analysis, evaluation, and reporting of tests and experiments of aircraft, unmanned air systems, weapons and weapons systems. Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2020. Fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 and 2019 working capital (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 aircraft procurement (Navy) funds in the amount of $6,855,914 will be obligated at time of award, $869,829 of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded $11,229,125 for cost-plus-fixed-fee, firm-fixed-price modification P00011 to a previously awarded firm-fixed-price contract (N61340-17-C-0014) to procure additional in-scope work for the E-2D Hawkeye Integrated Training System-III Aircraft Flight Management Computer (AFMC) Functional Equivalent Unit (FEU) Risk Reduction Analysis and Demonstration effort. This includes the development of four AFMC FEU prototypes for use in the E-2D Tactics Trainer Software Integration Lab (SIL), E-2D Flight SIL, and E2D Distributed Readiness Trainer SIL and associated technology demonstrations, technical data, and proposal preparation. Work will be performed in Sterling, Virginia (90 percent); and Orlando, Florida (10 percent), and is expected to be completed in September 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $5,760,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded $10,077,839 for firm-fixed-price, cost-plus-fixed-fee delivery order N6833519F2993 against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for eight CH-53K Helicopter Night Vision System AN/AAQ-44 Forward Looking Infrared kits, system development and demonstration ground and flight test support, parts obsolescence analysis, repair analysis, repair of repairables, system conversion, and logistical documentation. Work will be performed in McKinney, Texas, and is expected to be completed in May 2022. Fiscal 2017 and 2018 aircraft procurement (Navy); and 2019 research, development, test and evaluation (Navy) funds in the amount of $10,077,839 will be obligated at time of award, $1,876,667 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $200,234,192 firm-fixed-price contract for procurement of M982A1 Excalibur Ib containerized projectiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona; Healdsburg, California; Karlskoga, Sweden; East Camden, Arkansas; Cedar Rapids, Iowa; Southway, Plymouth, United Kingdom; Glenrothes, Scotland, United Kingdom; Cincinnati, Ohio; Farmington, New Mexico; McAlester, Oklahoma; Joplin Missouri; Salt Lake City, Utah; Gilbert, Arizona; Lansdale, Pennsylvania; and Santa Ana, California, with an estimated completion date of April 29, 2024. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $200,234,192 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-C-0017). Honeywell International Inc., Phoenix, Arizona, was awarded a $70,486,623 modification (P00083) to contract W56HZV-12-C-0344 for total integrated engine revitalization hardware services. Work will be performed in Phoenix, Arizona, with an estimated completion date of June 30, 2021. Fiscal 2019 Army working capital funds in the amount of $70,486,623 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AECOM Services, Arlington, Virginia, was awarded a $24,500,000 firm-fixed-price contract for multi-discipline services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0013). Dewberry Engineers Inc., Fairfax, Virginia, was awarded a $24,500,000 firm-fixed-price contract for multi-discipline services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0012). L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $20,083,383 modification (P00013) to Foreign Military Sales (Australia and Lebanon) contract W15QKN-17-C-0024 for M783 Point Detonating/Delay Fuze production. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Jan. 31, 2021. Fiscal 2010, 2017, 2018 and 2019 other procurement, Army; and other funds in the combined amount of $20,083,383 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. COLSA Corp., Huntsville, Alabama, was awarded a $15,468,139 cost-plus-fixed-fee contract for system engineering and technical assistance. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of April 28, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,539,685 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0041). Alliant Tech Systems Operations LLC, Plymouth, Minnesota, was awarded a $12,754,688 modification (P00025) to contract W15QKN-15-C-0066 for 120mm Advanced Multipurpose XM1147 High Explosive Multi-Purpose with Tracer cartridge. Work will be performed in Plymouth, Minnesota; Rocket Center, West Virginia; Middletown, Iowa; Clear Lake, South Dakota; Shafer, Minnesota; Green Bay, Wisconsin; and Coachella, California, with an estimated completion date of Dec. 30, 2023. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $12,754,688 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. EBL Engineers LLC, Baltimore, Maryland, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 41 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0016). Summer Consultants Inc.,* McLean, Virginia, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 41 received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0015). R.J. Runge Co. Inc.,* Port Clinton, Ohio, was awarded an $8,290,000 firm-fixed-price contract to construct ACA Shelter at Toledo Air National Guard Base, Ohio. Bids were solicited via the internet with seven received. Work will be performed in Swanton, Ohio, with an estimated completion date of July 30, 2020. Fiscal 2018 military construction funds in the amount of $8,290,000 were obligated at the time of the award. United States Property and Fiscal Office Ohio is the contracting activity (W91364-19-C-8002). AIR FORCE Assured Information Security Inc., Rome, New York, has been awarded a $93,600,000 ceiling indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion and term orders. This contract provides for the performance of research, development, prototyping, integration, testing, demonstration, deployment, upgrades, enhancement, sustainment and training of innovative technologies and concepts in support of Virtualized Intelligence Platform Engineering and Research software baselines. Work will be performed in Rome, New York, and is expected to be complete by April 2026. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $281,600; and fiscal 2019 operations and maintenance funds in the amount of $5,782,208 are being obligated on the first two task orders at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-D-0001). The Boeing Co., Defense, Space & Security, St. Louis, Missouri, has been awarded a $22,540,550 firm-fixed-price modification (P00028) to previously awarded contract FA8621-16-C-6397 for mission training center services. This modification provides for contractor-furnished, high-fidelity simulation equipment with the simulation capability to train pilots and weapons system operators for F-15C and F-15E aircraft platforms. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home AFB, Idaho; Langley AFB, Virginia; Kadena Air Base, Japan; and Royal Air Force Lakenheath, England, and is expected to be complete by June 30, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. Raytheon Missile Systems Co., Tucson, Arizona, has been awarded a $19,313,603 firm-fixed-price modification (P00012) to previously awarded contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile (AMRAAM) production program. This modification provides for redesign of AMRAAM Rectifier Filter Assembly for reliability corrections as well as redesign of AMRAAM telemetry encoder due to obsolescence issues. Work will be performed in Tucson, Arizona, and is expected to be complete by April 15, 2021. This contract involves foreign military sales to Australia, Japan, Norway, Romania, and Turkey. Fiscal year 2018 (Air Force) and fiscal year 2017 (Navy) procurement funds in the amount of $6,802,251; and Foreign Military Sales funds in the amount of $4,437,720, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY McFall Consulting Inc.,* Winchester, Virginia, has been awarded a maximum $31,950,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This was a competitive acquisition with 79 responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with an April 29, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0012). Epic Aviation LLC, Salem, Oregon, has been awarded a maximum $7,086,629 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with one six-month option period. Location of performance is 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-0079). U.S. TRANSPORTATION COMMAND Five companies have received modifications to their existing MultiModal – 2 (MM-2) indefinite-delivery/indefinite-quantity, firm-fixed-price (with economic price adjustments) contracts. These modifications provided a two-month extension with an estimated value of $30,400,000: Farrell Lines Inc., Norfolk, Virginia (HTC71115DR044U00016); Liberty Global Logistics LLC, Lake Success, New York (HTC71115DR045U00015); National Air Cargo Group Inc., Orlando, Florida (HTC71115DR046U00015); American President Lines LLC, Scottsdale, Arizona (HTC71115DR048U00015); and United Airlines Inc., Chicago, Illinois (HTC71115DR049U00017). This modification provides continued international commercial multimodal transportation service to the Surface Deployment and Distribution Command. The contract is for international commercial multimodal transportation service between various continental U.S. and outside the continental U.S. points and ports. Work will be performed worldwide as specified on each individual task order. The option period of performance is from May 1, 2019, to June 30, 2019. Fiscal 2019 Transportation Working Capital Funds were available at award. This modification brings the total cumulative face value of the contract to $296,458,000 from $266,058,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1830734/

  • Contract Awards by US Department of Defense - April 29, 2019

    April 30, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - April 29, 2019

    AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $5,700,000,000 indefinite-delivery/indefinite-quantity contract for KC-46 Pegasus Combat Capability (PC2). This contract provides for a broad range of post-production related non-recurring and recurring requirements centered on user-directed and Federal Aviation Administration-mandated KC-46 air vehicle needs. Work will be performed in Seattle, Washington, and is expected to be complete by April 28, 2029. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $9,121,895 are being obligated on the first delivery order at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8609-19-D-0007). AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, has been awarded a $19,592,850 firm-fixed-price non-commercial requirements contract for the Joint Service Electronic Combat Systems Tester (JSECST). This contract provides for the production of the base JSECST, the laboratory JSECST and retrofit kits used on many aircraft, such as F-15, F-16, A-10, CV-22, C-130, UH-47, UH-60, F/A-18 and AV-8B. Work will be performed in Hunt Valley, Maryland, and is expected to be complete by April 28, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at time of award. Air Force Life Cycle Management Center, Automated Test Sets Contracting Division, Robins Air Force Base, Georgia, is the contracting activity (FA8533-19-D-0005). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,148,847,334 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, cost share contract for sustainment services in support of the F-35 Lightning II aircraft for the Air Force, Navy, non-U. S. Department of Defense (non-U.S. DoD) participants and Foreign Military Sales (FMS) customers. Services to be provided include ground maintenance activities, action request resolution, depot activation activities, Automatic Logistics Information System operation and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training. Work will be performed in Fort Worth, Texas (60 percent); Orlando, Florida (24 percent); Greenville, South Carolina (7 percent); Samlesbury, Preston, United Kingdom (5 percent); and El Segundo, California (4 percent). Work is expected to be completed in December 2022. Fiscal 2019 operations and maintenance (Air Force, Navy/Marine Corps); non-U.S. DoD participant; and FMS funds in the amount of $1,135,420,262 will be obligated at time of award, $811,246,309 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. This contract combines purchases for the Air Force ($477,920,120; 41.60 percent); Navy ($346,753,261; 30.18 percent); non-U.S. DoD participants ($231,207,693; 20.13 percent); and FMS customers ($92,966,260; 8.09 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-1022). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $38,775,625 for cost-plus-fixed-fee modification P00007 to a previously awarded contract (N00019-18-C-1037) to procure the product support and software support activity efforts for the E-2D Advanced Hawkeye full-rate production Lot 7. Work will be performed in Melbourne, Florida (72 percent); Liverpool, New York (14 percent); St. Augustine, Florida (5 percent); Norfolk, Virginia (5 percent); Greenlawn, New York (2 percent); Woodland Hills; California (1 percent); and Indianapolis, Indiana (1 percent), and is expected to be completed in April 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $38,775,625 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. Mancon LLC, Virginia Beach, Virginia, is awarded $30,000,000 for an indefinite-delivery/indefinite-quantity, fixed-price contract that includes provisions for economic price adjustment to acquire supplies and provide related store operation services required by Naval Supply Systems Command Fleet Logistics Center Norfolk for two commercial retail stores on the Naval Support Activity, Crane, Indiana, for materials needed by the Naval Facilities Command Public Works Department. The contract includes a five-year base ordering period with an option to extend services for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $33,263,944. All work will be performed in Crane, Indiana. The ordering period is expected to be completed by April 2024; if the option is exercised, work will be completed by October 2024. Fiscal 2018 working capital funds (Defense) in the amount of $100,000 will be obligated to fund the contract's minimum amount, and funds will expire at the end of fiscal 2019. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-19-D-0008). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $29,772,039 for cost-plus-fixed-fee modification to order N61340-18-F-0001 against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides software and hardware upgrades for 13 flight training devices to modernize critical system components in the MV-22 simulator to increase training fidelity for aircrew and maximize training capability. Work will be performed in Jacksonville, North Carolina (42 percent); Miramar, California (24 percent); Quantico, Virginia (13 percent); Okinawa, Japan (13 percent); Chantilly, Virginia (5 percent); Fort Worth, Texas (2 percent); and Philadelphia, Pennsylvania (1 percent), and is expected to be completed in December 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,772,039 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded $19,530,007 for modification P00006 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-0088) for the engineering and manufacturing development and payload integration of the Miniature Air Launched Decoy-Navy. Work will be performed in Tucson, Arizona (50 percent); and Goleta, California (50 percent), and is expected to be completed in October 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,765,002 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. ARMY Raytheon Co., Dulles, Virginia, was awarded a $663,060,634 firm-fixed-price contract for Troposcatter Transmission System, spares, repairs, warranty, system engineering, field support, training and sustainment. 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 April 25, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-D-0218). (Awarded April 26, 2019) The Boeing Co., Mesa, Arizona, was awarded a $171,887,544 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price) contract for performance based logistics service in support of the AH-64E Apache attack helicopter fleet. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2020. Fiscal 2018 working capital funds in the amount of $63,779,957 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0024). (Awarded April 26, 2019) Golden Valley Electric Association, Fairbanks, Alaska, was awarded a $40,964,160 firm-fixed-price contract for electric utility service. Work will be performed in Fort Wainwright, Alaska, with an estimated completion date of April 30, 2029. Fiscal 2019 operations and maintenance, Army funds in the amount of $653,355 were obligated at the time of the award. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-F-8U95). (Awarded April 26, 2019) The Boeing Co., Mesa, Arizona, was awarded a $39,478,219 modification (PZ0017) to Foreign Military Sales (Saudi Arabia) contract W58RGZ-17-C-0031 for post-production system support, which includes integrated product support, of the AH-64 aircraft in support of the Saudi Arabia National Guard. Work will be performed in Mesa, Arizona; Hazelwood, Missouri; and Riyadh, Saudi Arabia, with an estimated completion date of April 29, 2020. Fiscal 2019 foreign military sales funds in the amount of $39,478,219 were obligated at the time of the award. Army is the contracting activity. Lockheed Martin Corp., Orlando, Florida, was awarded a $30,794,224 modification (P00080) to Foreign Military Sales (Saudi Arabia) contract W31P4Q-15-C-0043 for Hellfire guided missile launcher and electronic assembly. Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2023. Fiscal 2010, 2011, 2017, 2018 and 2019 aircraft procurement, Army; operations and maintenance, Army; research, development, test and evaluation; foreign military sales; and other funds in the combined amount of $30,794,224 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Maverick Constructors LLC,* Lutz, Florida (W911YN-19-D-0001); ABBA Construction Inc.,* Jacksonville, Florida (W911YN-19-D-0002); Warden Construction Corp.,* Jacksonville, Florida (W911YN-19-D-0003); D & M Construction Group Inc.,* Gainesville, Florida (W911YN-19-D-0004); J.A.M. Construction Services Inc.,* Merritt Island, Florida (W911YN-19-D-0005); Core Engineering & Construction Inc.,* Winter Park, Florida (W911YN-19-D-0006); Johnson-Laux Construction LLC,* Orlando, Florida (W911YN-19-D-0007); and E.L.C.I. Construction Group Inc., North Miami, Florida (W911YN-19-D-0008), will compete for each order of the $30,000,000 firm-fixed-price contract for construction projects in support of the Florida National Guard. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of April 25, 2024. U.S. Property and Fiscal Office of Florida is the contracting activity. (Awarded April 26, 2019) Saint-Gobain Performance Plastics, Merrimack, New Hampshire, was awarded a $19,491,157 firm-fixed-price contract for protective fabric shelter kits. One bid was solicited with one bid received. Work will be performed in Merrimack, New Hampshire, with an estimated completion date of April 28, 2024. Fiscal 2018 other procurement, Army funds in the amount of $1,681,301 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3013). JCB Inc., Pooler, Georgia, was awarded a $17,071,687 modification (P00001) to contract W56HZV-19-F-0046 for High Mobility Engineer Excavator vehicles. Work locations and funding will be determined with each order, with an estimated completion date of Jan 31, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. (Awarded April 26, 2019) System Studies & Simulation Inc., Huntsville, Alabama, was awarded a $12,364,338 modification (0004 19) to contract W31P4Q-09-A-0019 for technical support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2020. Fiscal 2020 and 2021 other procurement; and research, development, test and evaluation funds in the amount of $12,364,338 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Travis Association for the Blind, Austin, Texas, was awarded an $11,287,227 modification (P00003) to contract W56HZV-18-C-0067 for the repair, cleaning, warehousing, and distribution of organizational clothing and individual equipment. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,287,227 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded an $8,153,796 modification (P00011) to Foreign Military Sales (Afghanistan) contract for the National Maintenance Strategy Ground Vehicle Support effort. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $8,153,796 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. (Awarded April 26, 2019) MISSILE DEFENSE AGENCY Raytheon Missile Systems Co., Tucson, Arizona, is being awarded $26,991,627 for a modification (P00155) to the previously awarded sole-source, cost-plus-incentive-fee Standard Missile-3 Block IIA contract (HQ0276-10-C-0005). This modification provides for additional Ballistic Missile Defense upgrades and flight test support. The work will be performed in Tucson, Arizona, with an expected completion date of June 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,858,243 will be obligated at time of award. The modification increases the total cumulative face value of the contract by $26,991,627 (from $2,105,137,599 to $2,132,129,227). The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY Georgia Tech Research Institute (GTRI), Atlanta, Georgia, was awarded a sole source, non-commercial, cost-plus-fixed fee contract on April 28, 2019, in support of the Defense Information Systems Agency (DISA) National Leadership Capability Command office. This contract will provide for development and deployment of the Secure Integration Cloud, the Joint Access Database Environment and the encompassing system architecture known as Secure Web Services. The face value of this action is $8,508,928 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value is $48,248,311. Performance will be at the contractor's facility. Proposal was issued via request for proposal, and one proposal was received from GTRI. This was a sole-source requirement sent to Georgia Tech Applied Research Corp. The period of performance is for a base period of 12 months beginning April 28, 2019, and two 6-month option periods through April 27, 2021. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-19-C-0008). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1829432/source/GovDelivery/

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

    April 29, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    DEFENSE LOGISTICS AGENCY Sea Box,* Cinnaminson, New Jersey, (SPRD11-19-D-0100, $471,828,000); W&K Containers,* Mill Valley, California, (SPRDL1-19-D-0101, $19,513,750); and NexGen Composites,* Franklin, Ohio (SPRDL1-19-D-0097, $253,608,919) have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for ISO & Quadcon Containers. They are five-year contracts with no option periods. This was a competitive acquisition with four responses received. Locations of performance are New Jersey, Texas, California, South Carolina and Ohio, with an Oct. 29, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan. Freeman Holdings of Arizona, LLC, doing business as Million Air Yuma,* Yuma, Arizona, has been awarded a minimum $21,991,384 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 46-month contract with one six-month option period. Location of performance is Arizona, 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-0076). Rantec Power Systems, Los Osos, California, has been awarded a maximum $8,429,618 firm-fixed-price contract for two different power supplies. This was a sole source acquisition using justification 10 U.S.C. 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with one one-year option period for each power supply. The majority of the option is being exercised at the time of award. Location of performance is California, with a March 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0106). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $127,632,494 modification (P00003) to previously awarded contract FA2103-18-C-0061 for the B61-12 Life Extension Program. This modification provides for the initiation of an undefinitized contract action for Lot 1 and Lot 2 Long Lead items. Work will be performed in Saint Charles, Missouri, and is expected to be complete by Aug. 31, 2020. His modification brings the total cumulative face value of the contract to $131,932,494. Fiscal year 2018 and 2019 procurement funds, and fiscal year 2019 research and development funds, in the amount of $29,218,278 are being obligated at the time of award. Air Force Nuclear Weapons Center, Eglin Air Force Base, Florida is the contracting activity. Raytheon Co., McKinney, Texas, has been awarded a $94,272,118 fixed‐price‐incentive modification (P00004) to previously awarded contract FA8620-18-C-2001 for DAS‐4 production and upgrades. This modification provides for the purchase of an additional 54 production AN/DAS‐4 Multi‐Spectral Targeting System Model B High Definition/Target Location Accuracy (HD/TLA) turrets and one DAS‐1A to DAS‐4 turret unit upgrade. Work will be performed in McKinney, Texas, and is expected to be complete by Jan. 31, 2021. This contract involves foreign military sales to The Netherlands. Fiscal year 2017 aircraft procurement funds in the amount of $1,480,393, fiscal year 2018 aircraft procurement funds in the amount of $22,338,740, fiscal year 2019 aircraft procurement funds in the amount of $60,142,814, and foreign military sales funds in the amount of $10,310,171 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity. University of Dayton Research Institute, Dayton, Ohio, has been awarded a $46,794,000 indefinite-delivery/indefinite-quantity contract for Proactive Research Enabling Supportable Systems (PRESS). This contract provides for PRESS in order to improve materials and processes for maintainability and manufacturing. Work will be performed in Dayton, Ohio, and is expected to be complete by May 1, 2026. This contract was the result of a competitive acquisition and 3 offers were received. Fiscal year 2019 research, development, test and evaluation funds in the amount of $508,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5630). NAVY Granite-Healy Tibbitts, JV, Watsonville, California, was awarded $27,186,257 for firm-fixed-price task order N6247319F4540 under a previously awarded multiple award construction contract (N62473-16-D-1803) for construction of maintenance dredging piers 1, 3, and Paleta Creek at Naval Base San Diego. The maintenance dredging will re-establish the design operational and/or berthing depth required for United States Navy vessels and other visiting vessels. The dredge material is expected to be disposed of at upland disposal sites. All dredge material for upland disposal will be screened for unexploded ordnance and radiological debris, dried or dewatered prior to transport for disposal at a commercial landfill. The proposed maintenance dredging work will remove dredge material to restore the pier slips and creek area for safe, unrestricted navigation. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $38,244,577. Work will be performed in San Diego, California, and is expected to be completed by November 2021. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $27,186,257 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. (Awarded April 25, 2019) Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $26,890,125 cost-plus-fixed-fee contract for the procurement of Navy engineering services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $201,706,155. Work will be performed in Manassas, Virginia (68 percent); Waterford, Connecticut (10 percent); Groton, Connecticut (10 percent); Middletown, Rhode Island (7 percent); and Newport, Rhode Island (5 percent), and is expected to be completed by December 2025. Fiscal 2018 and 2019 other procurement (Navy) and fiscal 2019 research development test and evaluation (Navy) funding in the amount of $5,155,627 will be obligated at the 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.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity (N00024-19-C-6400). Miller Electric Co. Inc. doing business as PEC Contracting and Engineering*, Reno, Nevada, was awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Naval Air Station Fallon. 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, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Fallon, Nevada. The term of the contract is not to exceed 60 months with an expected completion date of April 2024. Fiscal 2019 operation 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 operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2617). (Awarded April 25, 2019) Centerra-SJC II, LLC. *, Fort Worth, Texas, was awarded a $15,374,563 firm-fixed-price task order modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-15-D-1621) for exercise of options two, three, four, and five for renovations to 84 housing units. The work to be performed provides for complete exterior and interior repairs for 84 housing units at Tierra Kay Housing complex. The renovation of the Tierra Kay housing areas is to provide quality housing for unaccompanied service members, and will improve quality of life during their deployment to Guantanamo Bay. This will optimize energy performance of the housing area. The total task order amount after exercise of these options will be $18,612,025. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by April 2020. Fiscal 2019 operations & maintenance, (Army) contract funds in the amount of $15,374,563 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, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded April 25, 2019) Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $13,908,052 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise an option for AEGIS Speed to Capability Development. The contract provides for systems engineering, modeling and simulation, and design for AEGIS Speed to Capability cycles as well as the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers. Work will be performed in Moorestown, New Jersey (97 percent) and Johnstown, Pennsylvania (3 percent) and is expected to be complete by May 2020. Fiscal 2019 research, development, test & evaluation (Navy) funding in the amount of $1,938,130 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. Didlake, Inc., Manassas, Virginia, is awarded a $12,076,573 firm-fixed-price, indefinite-delivery/ indefinite-quantity modification for the exercise of option four for annual custodial services at Naval Air Station Oceana, Naval Weapons Station Yorktown, and Norfolk Naval Shipyard. The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms. After award of this option, the total cumulative contract value will be $53,345,575. No task orders are being issued at this time. Work will be performed at various installations in Portsmouth, Virginia (43 percent); Virginia Beach, Virginia (44 percent); and Yorktown, Virginia (13 percent). This option period is from May 2019 to April 2020. No funds will be obligated at time of award. Task orders will be primarily funded by Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $11,705,043 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0063). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $9,142,030 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 for AEGIS Ashore Support and Ship Integration and Engineering of the AEGIS Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 16. The contract modification provides for AEGIS ashore on-site support in Romania and Poland, AEGIS Ashore Planning Yard support and Ship Integration Engineering support including technical data package and test package/procedure development; technical documentation; feasibility studies; configuration management support; lifecycle and system engineering; environmental qualification testing; topside analysis; Ballistic Missile Defense engineering; combat system alignment and integration of Advanced Naval Weapon Systems on DDG 51 Class ships. Work will be performed in Camden, New Jersey (29 percent), Deveselu, Romania (15 percent), Redzikowo, Poland (15 percent), Moorestown, New Jersey (13 percent), Norfolk, Virginia (9 percent), San Diego, California (9 percent), Pearl Harbor, Hawaii (5 percent), and various places below one percent (5 percent) and is expected to be complete by September 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $3,268,951 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY The Johns Hopkins University Applied Physics Laboratory LLC, a not-for-profit University Affiliated Research Center, Laurel, Maryland, has been awarded a ceiling $100,000,000 modification (P00003) to previously awarded indefinite delivery indefinite quantity (IDIQ) contract HR0011-17-D-0001 for engineering, development and research capabilities. The modification brings the total cumulative face value of the contract to $198,000,000 from $98,000,000. Work will primarily be performed in Laurel, Maryland, with an expected completion date of November 2021. IDIQ task orders can extend an additional six months until May 2022. No funds 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/1825952/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.