27 décembre 2018 | International, Aérospatial

Air Force establishes office at Tyndall AFB to guide five-year rebuilding process

By Ed Adamczyk

Dec. 26 (UPI) -- A Program Management Office has been established by the Air Force at Tyndall Air Force Base to lead redevelopment and reconstruction efforts there, which are expected to take more than five years and cost about $3 billion.

The PMO will be responsible for leading the redevelopment and reconstruction efforts at the base after it sustained devastating damage in October from Hurricane Michael, the U.S. Air Force said in an update Wednesday.

Full article: https://www.upi.com/Defense-News/2018/12/26/Air-Force-establishes-office-at-Tyndall-AFB-to-guide-five-year-rebuilding-process/7501545848204/

Sur le même sujet

  • Contract Awards by US Department of Defense - Novembre 20, 2020

    23 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - Novembre 20, 2020

    U.S. TRANSPORTATION COMMAND Four additional companies -- Alaska Airlines, Seattle, Washington (HTC711-21-D-CC01); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-21-D-CC02); Jet Blue Airways, Long Island City, New York (HTC711-21-D-CC03); and Swift Air LLC, Greensboro, North Carolina (HTC711-21-D-CC04) -- have been awarded firm-fixed-price contracts under the Domestic Airlift Charter Services, Federal Aviation Administration Part 121, indefinite-delivery/indefinite-quantity, fixed-price contract, at estimated program value of $697,000,000. These funds were obligated on individual task orders issued among 16 contracts. The program initially began in October 2018. The contracts provide domestic air cargo and passenger charter services. Services shall be provided for the Department of Defense and other federal government agencies. Work will be performed within the continental U.S., all U.S. territories, Mexico, Canada, and the Caribbean Islands. Period of performance is from Nov. 20, 2020, to Sept. 30, 2023. Ordering is decentralized and will be determined at the task order level. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Sysco-Central Alabama, Calera, Alabama, has been awarded a maximum $136,226,979 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. Location of performance is Alabama, with a Nov. 23, 2024, ordering period end date. Using customers are Air Force, Army, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3311). SupplyCore Inc., Rockford, Illinois, has been awarded a maximum $92,000,000 firm-fixed-price contract for supply, storage and distribution of water purification systems. This was a competitive acquisition with two responses received. This is a four-year base contract with one one-year option period. Location of performance is Illinois, with a Nov. 19, 2024, performance completion date. Using services are Army and Marine Corps. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-21-D-0016). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $7,788,263 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1213) with four one-year option periods for men's broadfall trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a Nov. 24, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE PAE Applied Technologies LLC, Fort Worth, Texas, has been awarded a ceiling $98,000,000 indefinite-delivery/indefinite-quantity contract for U.S. Air forces in Europe – Air Forces Africa (USAFE-AFAFRICA) electronic warfare operations training and infrastructure maintenance services. This contract provides electronic warfare aircrew tactics evaluation, electronic warfare combat training, operation and maintenance of equipment and electronic warfare range infrastructure maintenance for USAFE-AFAFRICA. Work will be performed at various locations in Germany, the United Kingdom and Italy. The basic contract has a five-year ordering period ending Nov. 19, 2025. This award is result of a competitive acquisition and three offers were received. Fiscal 2021 operation and maintenance funds in the amount of $8,091,999 will be obligated via the first task order, which will be awarded immediately after the basic contract, and is expected to be completed Jan. 31, 2026. The 764th Enterprise Sourcing Squadron, Ramstein Air Base, Germany, is the contracting activity (FA5641-21-D-0001). ViaSat Inc., Carlsbad, California, has been awarded a $50,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for development on prototype space systems. The contractor will provide studies, design, manufacturing, integration, performance qualification, network space segment elements, launch, flight and demonstration of prototype space systems. This also includes the development, integration and demonstration with ground terminals in conjunction with the government Ground Segment to reduce risk and assess performance and functionality for future protected service. It includes the associated program management, system engineering, certification, integration, test and evaluation and configuration management. Work will be performed in Carlsbad, California, and is expected to be completed Feb. 20, 2026. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 and fiscal 2021 research, development, test and evaluation funds in the amount of $737,646 are being obligated to the first task order at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-21-D-0029; task order: FA9453-21-F-0001). NAVY Kellogg Brown and Root Services Inc., Houston, Texas, was awarded a $64,827,880 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three for base operating support services at Camp Lemonnier, Djibouti; Chabelley Airfield, Djibouti; and Camp Simba, Kenya. The work to be performed provides for all management and administration, security, fire and emergency, air operations, ordnance, material management and supply, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, morale, welfare and recreation support, galley, unaccompanied housing, custodial, grounds maintenance and landscaping and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $263,190,457. Work will be performed in Djibouti City, Djibouti (89%); Manda Bay, Kenya (8%); and Chabelley, Djibouti (3%). This option period is from November 2020 to November 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 O&M (Air Force); and fiscal 2021 O&M (National Security Agency) contract funds in the amount of $61,043,871 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). (Awarded Nov. 19, 2020) BAE Systems Technology Solutions & Services Inc., doing business as BAE Systems, Rockville, Maryland, is awarded a $16,506,245 firm-fixed-price contract modification (P00012) under previously awarded contract N00604-19-C-4001 to exercise Option Year Two for the operation and maintenance of Navy communication, electronic and computer systems. The contract included a 12-month base period and four one-year option periods. The exercise of this option will bring the estimated value of the contract to $46,060,784 and if all options are exercised, it will bring the total value to $80,115,425. Work will be performed in Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work will begin December 2020 and is expected to be completed by November 2021; if all options are exercised, work will be completed by November 2023. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $4,048,611 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited on a full and open, unrestricted basis with two offers received. Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity. EMR Inc.,* Niceville, Florida, is awarded firm-fixed-price task order N69450-21-F-1409 at $13,968,592 under a multiple award construction contract for the munition storage area utilities project at Barksdale Air Force Base, Louisiana. The work to be performed includes civil and electrical disciplines. The civil work includes the replacement of the water distribution mains within the munitions storage area. The electrical work includes the replacement of all existing underground primary conductors with the exception of the existing underground emergency circuit. Work will be performed in Bossier City, Louisiana, and is expected to be completed by November 2022. Fiscal 2021 operation and maintenance (Air Force) contract funds in the amount of $13,986,592 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1318). Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $10,713,544 firm-fixed-price modification to previously awarded contract N00024-17-C-6311 to procure two additional Surface-to-Surface Missile Modules (SSMM) for integration into the Littoral Combat Ship framework. The SSMM fires a Longbow Hellfire missile that will be added to the surface warfare mission module aboard the Littoral Combat Ship. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be completed by November 2022. Fiscal 2021 other procurement (Navy) (82%); and fiscal 2020 other procurement (Navy) (18%) funding in the amount of $10,713,544 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Iridium Satellite LLC, Tempe, Arizona, is awarded a $9,667,301 cost-plus-fixed-fee option to support commercial satellite-based network services for the Department of Defense in the areas of satellite, ground node, user equipment/terminal software and hardware development, integration and testing. Work will be performed in in McLean, Virginia (50%); and Tempe, Arizona (50%), and is expected to be complete in November 2021. This contract includes a base year and options which, if exercised, would bring the cumulative value of this contract to $45,807,778. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $100,000 will be obligated at time of the option exercise and will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis via a synopsis posted in Federal Business Opportunities website in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-17-C-0001). Vigor Marine Shipyard LLC, Portland, Oregon, is awarded an $8,562,943 firm-fixed-price contract (N32205-21-C-4117) for a 50-calendar day shipyard availability for the mid-term availability on the USNS Matthew Perry (T-AKE 9). The contract includes options, which if exercised, would bring the total contract value to $8,821,718. Work will be performed in Portland, Oregon, and is expected to be completed by March 8, 2021. Contract funds in the amount of $8,562,943 are obligated in fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. ARMY Amentum Services Inc., Germantown, Maryland, was awarded a $7,819,920 modification (000280) to contract W52P1J-12-G-0028 for logistics support services for Army prepositioned stocks. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 21, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $7,819,920 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2423533/source/GovDelivery/

  • Defense contractors must prepare for ‘trust but verify’ era

    7 avril 2023 | International, Autre défense

    Defense contractors must prepare for ‘trust but verify’ era

    The upcoming contract requirement known as the DFARS 7021 clause adds a “trust but verify component” to existing federal contract data protection.

  • Huntington Ingalls Industries Awarded $954 Million Intelligence, Surveillance and Reconnaissance Contract by U.S. GSA FEDSIM

    24 janvier 2020 | International, Sécurité

    Huntington Ingalls Industries Awarded $954 Million Intelligence, Surveillance and Reconnaissance Contract by U.S. GSA FEDSIM

    Newport News, Va., January 23, 2020 (GLOBE NEWSWIRE) -- Huntington Ingalls Industries (NYSE: HII) announced today that it has been awarded a General Services Administration One Acquisition Solution for Integrated Services (OASIS) task order to provide Persistent Multi-Role Operations (PMRO) support to the U.S. Air Force-Europe (USAFE) by the Federal Systems Integration and Management Center (FEDSIM). This task order will provide Contractor Owned-Contractor Operated (COCO) manned and unmanned airborne intelligence, surveillance and reconnaissance (ISR) in support of Air Force requirements in the European and African theaters of operation. The task order has a base period of one year with four option years and a potential value of $954 million. “Critical readiness of our defense intelligence enterprise demands unique expertise and advanced technology solutions,” said Garry Schwartz, president of Technical Solutions' Mission Driven Innovative Solutions group. “Over the last several years, HII has continued to expand its ISR support to the U.S. Air Force and other components of the Department of Defense. We are looking forward to continuing to advance the implementation of innovative ISR solutions for USAFE and across the DOD.” The Air Force directs global integrated ISR operations from forward-deployed locations worldwide, including locations throughout the six geographic combatant commands. Air Force ISR operations are conducted in multiple domains and across all phases of operations and environments. The timely integration and delivery of ISR information provides joint, defense, national, and coalition partners with actionable intelligence for the commander and warfighter. The objective of this task is to provide persistent, multi-role and cross-domain ISR capabilities that increase indications and warnings, enhance the U.S. security defense posture, enable the freedom of movement, increase partnership capacity and interoperability, and foster global security and stability throughout the European and African areas of responsibility. This is a continuation and expansion of work currently performed by HII, whose purpose is to deliver timely, accurate and relevant information to operational and strategic decision makers. This effort will provide PMRO for multiple DOD components, including Air Forces in Europe and Africa as well as other strategic and operational partners. About Huntington Ingalls Industries Huntington Ingalls Industries is America's largest military shipbuilding company and a provider of professional services to partners in government and industry. For more than a century, HII's Newport News and Ingalls shipbuilding divisions in Virginia and Mississippi have built more ships in more ship classes than any other U.S. naval shipbuilder. HII's Technical Solutions division provides a wide range of professional services through its Fleet Support, Mission Driven Innovative Solutions, Nuclear & Environmental, and Oil & Gas groups. Headquartered in Newport News, Virginia, HII employs more than 42,000 people operating both domestically and internationally. For more information, visit: HII on the web: www.huntingtoningalls.com HII on Facebook: www.facebook.com/HuntingtonIngallsIndustries HII on Twitter: twitter.com/hiindustries Statements in this release, as well as other statements we may make from time to time, other than statements of historical fact, constitute “forward-looking statements” within the meaning of the Private Securities Litigation Reform Act of 1995. Forward-looking statements involve risks and uncertainties that could cause our actual results to differ materially from those expressed in these statements. Factors that may cause such differences include: changes in government and customer priorities and requirements (including government budgetary constraints, shifts in defense spending, and changes in customer short-range and long-range plans); our ability to estimate our future contract costs and perform our contracts effectively; changes in procurement processes and government regulations and our ability to comply with such requirements; our ability to deliver our products and services at an affordable life cycle cost and compete within our markets; natural and environmental disasters and political instability; our ability to execute our strategic plan, including with respect to share repurchases, dividends, capital expenditures, and strategic acquisitions; adverse economic conditions in the United States and globally; changes in key estimates and assumptions regarding our pension and retiree health care costs; security threats, including cyber security threats, and related disruptions; and other risk factors discussed in our filings with the U.S. Securities and Exchange Commission. There may be other risks and uncertainties that we are unable to predict at this time or that we currently do not expect to have a material adverse effect on our business, and we undertake no obligation to update or revise any forward-looking statements. You should not place undue reliance on any forward-looking statements that we may make. CONTACT INFORMATION Beci Brenton HII Corporate Director of Public Affairs (202) 264-7143 Beci.Brenton@hii-co.com View source version on Huntington Ingalls Industries: https://newsroom.huntingtoningalls.com/releases/huntington-ingalls-industries-awarded-954-million-intelligence-surveillance-and-reconnaissance-contract-by-u-s-gsa-fedsim

Toutes les nouvelles