19 septembre 2018 | International, Aérospatial

Air Force finds new KC-46 deficiencies, jeopardizing planned delivery date

By:

WASHINGTON — The U.S. Air Force has added two new technical issues to the KC-46 tanker's list of problems, potentially throwing a wrench into the projected delivery of the first tanker in October.

The service confirmed to Defense News on Sept. 17 that both deficiencies are category-1 , the most serious designation of technical problems, and revolve around the tanker's refueling boom system.

At this point, the Air Force is unsure whether the two problems will be solved in time for KC-46 manufacturer Boeing to deliver the first tanker next month, said Air Force spokeswoman Ann Stefanek.

“Boeing and the program office are still reviewing the test data and assessing the risk and potential solutions to these deficiencies, and proceeding in parallel to aircraft delivery,” she said in a statement.

The first new deficiency, which the service has labeled “No Indication of Inadvertent Boom Loads,” refers to situations where boom operators unintentionally provide an input into the flight control stick that induces loads on the boom while it is in contact with a receiver aircraft. The KC-46 currently has no way to notify that operator that this is happening.

The second deficiency was found when pilots of receiver aircraft reported that the boom is too stiff during the part of the process when the receiver plane moves forward into the fuel transfer zone.

“We discovered these deficiencies during the course of flight testing,” Stefanek said. “As the program progresses through receiver certification testing, we are still in discovery phase with the tanker/receiver pairs. ... The test team is still writing the test reports, but submitted the DRs [deficiency reports] in advance to assist in accelerating root cause, corrective action development.”

In a statement, Boeing said that it continues to work with the Air Force to determine a path forward.

“These are not safety of flight issues and we are confident in the unmatched capabilities of the KC-46 tanker aircraft," the company said. "To date we have completed more than 4,000 contacts during flights with F-16, F/A-18, AV-8B, C-17, KC-10 and A-10 aircraft. The refueling system has been tested extensively — we have a well-tested system that works.”

The Air Force can accept tankers at its own discretion, with or without active deficiencies. However, both Boeing and the Air Force have worked under the assumption that the service will not do so until all category-1 issues have been worked out or downgraded to category-2, which signifies that a workaround has been put into place.

The news of two more deficiencies is a blow to Boeing, which had been hoping to deliver the first tanker in October after finally coming to an agreement with the Air Force earlier this year on a proposed schedule. The KC-46 program has been notoriously above cost, and Boeing's fixed-price contract with the Air Force has forced it to pay out more than $3.4 billion to cover those overruns.

It has also run years behind schedule: The company was initially slated to deliver the first 18 certified tankers by August 2017. Boeing now has until October 2018 to meet that deadline — called required assets available— but will almost surely miss it, as the Air Force does not have the resources to absorb 18 new tankers in a month.

Over the past year, Boeing has been racing to resolve three additional category-1 deficiencies. Two involve the tanker's remote vision system, or RVS, a series of cameras and sensors that allow the boom operator to direct fuel into a receiver aircraft.

Unlike legacy tanker operators, KC-46 boomers will be unable to look out a window in order to see the refueling process happen — making them entirely reliant on the RVS. However, certain lighting conditions make it difficult to see the receiver aircraft's receptacle, leading to incidents where the boom has scraped the plane being refueled.

To fix the issue, Boeing has developed and tested a fix to the RVS' software. The Air Force is currently reviewing that data, and both RVS-related deficiencies are still in effect.

The final issue involves the system centerline drogue system, which has a mechanical lock that sometimes inadvertently disconnects during a refueling. Boeing plans to create a software fix to ameliorate that problem, too, but it remains a category-1 deficiency.

https://www.defensenews.com/breaking-news/2018/09/17/air-force-finds-new-kc-46-deficiencies-putting-planned-delivery-date-in-jeopardy

Sur le même sujet

  • The British Army’s new Ajax vehicles ride too rough, too loud: report

    4 juin 2021 | International, Terrestre

    The British Army’s new Ajax vehicles ride too rough, too loud: report

    Media reports of vibration and other issues impacting the program first surfaced several weeks ago but the latest report has given more detail.

  • Contract Awards by US Department of Defense - June 26, 2020

    29 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 26, 2020

    MISSILE DEFENSE AGENCY Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a sole-source contract in the amount of $2,271,181,543 under the Foreign Military Sales (FMS) program to the Kingdom of Saudi Arabia (KSA). The contract type will be a hybrid firm-fixed-price, fixed-price-incentive-fee, cost-plus-award-fee and cost-plus-incentive-fee contract. Under this production contract, the contractor will provide seven Army/Navy Transportable Surveillance and Control Model 2 radars, radar spares, obsolescence design, sustainment services and initial contractor logistics support for KSA. The work will be performed in Woburn, Massachusetts. The performance period is June 26, 2020, to Aug. 31, 2027. KSA FMS funds in the amount of $2,271,181,543 will be used to fund this effort. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0862-20-C-0002). AIR FORCE L3 Technologies Inc., Arlington, Texas, has been awarded a $900,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for simulator common architecture requirements and standards (SCARS). This contract provides for the definition, design, delivery, deployment and sustainment of a simulator common architecture across the Air Force's training portfolio, along with the creation of a security operations center and library and the execution of SCARS management services. The SCARS initiative will also incrementally implement a modular open systems approach, as well as a set of common standards for Air Force simulators. The primary location of performance is Orlando, Florida. SCARS has a 10-year ordering period through June 2030. This award is the result of a competitive acquisition and six offers were received. Fiscal 2020 other procurement funds in the amount of $1,216,598; and fiscal 2020 operations and maintenance funds in the amount of $14,278,992 are being obligated under the first task order. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-20-D-0013). Northrop Grumman Systems Corp., Azusa, California, has been awarded a $222,507,873 cost-plus-fixed-fee contract for the Defense Support Program (DSP) Operations, Mission Threat Analysis and Engineering Sustainment (DOMES). This contract provides on-orbit satellite and anomaly resolution support, root cause analysis, mission threat analysis, mission test bed and space awareness and global exploitation as key components of the lifetime extension of the DSP. Work will be performed in Azusa, California; Redondo Beach, California; Aurora, Colorado; and Colorado Springs, Colorado, and is expected to be completed March 31, 2030. Fiscal 2020 operations and maintenance funds in the amount of $18,000,000 is being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-20-C-0002). VectorCSP LLC, Elizabeth City, North Carolina, has been awarded a $16,286,599 firm-fixed-price contract for Combat Air Force (CAF) Fighter Squadron (FS), U.S. Air Force Warfare Center (USAFWC) and Air Support Operations Squadron (ASOS) support services to Air Combat Command. This contract provides in-garrison active fighter squadron's functional support for typical additional duties assigned to squadron personnel, such as operations scheduling, training, standards and evaluations, weapons and tactics, mobility, non-aviation programs and readiness, equipment managers and armorer support. Work will be performed at various locations throughout USAFWCs, ASOSs and CAFs in the U.S., and is expected to be completed June 25, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $8,920,289 are being obligated at the time of award. Air Force Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-F-0048). Apogee Research LLC,* Arlington, Virginia, has been awarded a $13,398,315 cost-plus-fixed-fee completion type contract for SymLang, an invariant driven approach to software via symmetries and software. The objective of this effort includes developing novel software systems that enable automated adaptation of the resulting software system to radical changes in requirements and computational environments. SymLang, new programming language and its associated toolchain will allow for the rapid development and adaption of code that is efficient at run-time over a wide range of operating conditions. Work will be performed in Arlington, Virginia; Menlo Park, California; and Medford, Massachusetts, and is expected to be completed by June 26, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $766,404 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0520). GrammaTech Inc.,* Ithaca, New York, has been awarded a $12,220,510 cost-plus-fixed-fee completion contract for Artemis Framework prototype software. This contract provides for research, design, development, demonstration, test, integration and delivery of the Artemis Framework that will enable rapid adaptation of software to changes in requirements, platforms and computational resources at a scale and speed appropriate for the complex software ecosystem. Work will be performed in Ithaca, New York, and is expected to be completed June 26, 2024. This award is the result of a competitive acquisition and 20 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $750, 818 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0208). Raytheon Technologies, Woburn, Massachusetts, has been awarded a $9,223,822, firm-fixed-price modification (P00052) to contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for the construction of the communications infrastructure at the QEWR site. Work will be performed in Woburn, Massachusetts; and Qatar, and is expected to be completed by December 2020. The modification brings the total cumulative face value of the contract to $1,117,574,971. This modification involves 100% Foreign Military Sales (FMS) to the country of Qatar. FMS funds in the amount of $9,223,822 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. ARMY JCB Inc., Pooler, Georgia, was awarded a $269,425,883 firm-fixed-price contract for electric over hydraulic High Mobility Engineer Excavators, related hardware and ancillary services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 23, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0084). GM Defense LLC, Detroit, Michigan, was awarded a $214,297,869 firm-fixed-price contract for acquisition of the Infantry Squad Vehicle, installation kits, ancillary hardware and logistical support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0066). Walsh Federal LLC, Chicago, Illinois, was awarded a $38,027,000 firm-fixed-price contract for construction of an information system facility at Joint Base Lewis-McChord. Bids were solicited via the internet with two received. Work will be performed in Tacoma, Washington, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 military construction (Army) funds in the amount of $38,027,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0007). KT Consulting, Phoenix, Arizona, was awarded a $12,235,930 firm-fixed-price contract for logistics research and analytic support. Bids were solicited via the internet with two received. Work will be performed in Washington, D.C., with an estimated completion date of Aug. 3, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $6,142,964 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0465). GM Defense LLC, Detroit, Michigan, was awarded an $8,580,666 firm-fixed-price contract for initial delivery of Infantry Squad Vehicles and integrated product support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2021. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0066). MCR Federal LLC, McLean, Virginia, was awarded an $8,579,438 modification (000127) to contract W31P4Q-16-A-0016 for technical engineering services in support of the Fixed Wing Project Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 28, 2021. Fiscal 2020 operations and maintenance (Army) funds; and 2018 aircraft procurement (Army) funds in the amount of $8,579,438 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., McLean, Virginia, was awarded an $8,440,579 modification (P00019) to contract W15QKN-17-F-0006 to accelerate enhancements to the identity, credential and access management system, as well as continuation of the Army Knowledge Online enterprise services modernization. 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 March 26, 2021. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. Aerovironment,* Monrovia, California, was awarded a $7,596,820 cost-plus-fixed-fee contract to exercise an option for repair, maintenance, training, flight support and field service representatives. Work will be performed in Simi Valley, California, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $7,596,819 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0171). NAVY Bath Iron Works, Bath, Maine, is awarded a $132,000,000 cost modification to previously awarded contract N00024-18-C-2305 to fund capital expenditure projects for shipbuilder and supplier industrial base efforts in support of the USS Arleigh Burke DDG-51 class destroyer program. This modification will fund shipbuilder and supplier base efforts to address supply chain fragility and to ensure future readiness for the fleet. Work will be performed in Bath, Maine, and is expected to be completed by June 2028. Fiscal 2013, fiscal 2018 and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $132,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $62,116,404 indefinite-delivery/indefinite-quantity contract for annual custodial services at Norfolk Naval Shipyard (NNS) and annexes; the Portsmouth and Little Creek site; and the Naval Amphibious Base (NAB) Little Creek-Fort Story. Work will be performed in Virginia Beach, Virginia (75%); and Portsmouth, Virginia (25%). The work to be performed provides for annual custodial services, but is not limited to all management, supervision, tools, materials, supplies, labor and transportation services. They are necessary to perform custodial services for office space, restrooms and other types of rooms at the NNS and annexes, Portsmouth and Little Creek site and NAB Little Creek-Fort Story. Work is expected to be completed by June 2025. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $12,128,835 for recurring and non-recurring work will be obligated on individual task orders issued during the base period. This contract was procured as a sole-source AbilityOne requirement. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0055). Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $62,000,000 cost modification to previously awarded contract N00024-18-C-2307 to fund capital expenditure projects for shipbuilding supplier industrial base efforts in support of the Arleigh Burke DDG 51 class destroyer program. This modification will fund supplier base efforts to address supply chain fragility that ensures future readiness for the fleet. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by April 2029. Fiscal 2013 and fiscal 2014 shipbuilding and conversion (Navy) funding in the amount of $62,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Baldi Bros Inc.,* Beaumont, California, is awarded a $50,630,423 firm-fixed-price task order N62473-20-F-4817 under a multiple award construction contract for the construction of a runway and taxiway extension at the Naval Air Weapons Station, China Lake, California. Work will be performed in Ridgecrest, California. The work to be performed provides for the construction of extending and widening of Runway 08/26, the construction of Taxiway H and two aircraft arrestor systems, the installation of taxiway lighting on Runway 03/21 and the storm drainage to support the runway and other incidental related work. The runway and taxiway extension project includes, but is not limited to demolition, earthwork, provide drainage, paving, arresting gear, two concrete pads, lighting, airfield signage, power circuitry and control circuitry. Work also provides temporary construction that includes a temporary water line, jersey barriers and access roadwork. Work is expected to be completed by April 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $50,630,423 are obligated on this award and will not 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 (N62473-19-D-2438). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $22,791,081 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4314 for the USS Boise (SSN 764) Smart Start that encompasses continued advance planning, execution services, production and availability preparations for fiscal 2020 USS Boise engineered overhaul. This contract modification includes options, which if exercised, will bring the cumulative value of this action to $22,999,003. Work will be performed in Newport News, Virginia. The contracted requirements also include continued advance planning, execution services, production and availability preparations necessary to repair and maintain unrestricted operation of the submarine. It also includes upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the chief of naval operation's scheduled availability. Work is expected to be completed by September 2020. Fiscal 2020 operations and maintenance funding in the amount of $22,791,081 will be obligated at time of award, and funding in the amount of $22,791,081 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Embree Machine Inc.,* Springville, Indiana (N00164-20-D-JN88); J&R Tool Inc.,* Loogootee, Indiana (N00164-20-D-JN89); Loughmiller Machine, Tool & Die,* Loogootee, Indiana (N00164-20-D-JN90); MSP Aviation Inc.,* Bloomington, Indiana (N00164-20-D-JN91); Specialty CNC Inc.,* Bloomington, Indiana (N00164-20-D-JN92); and United Support Solutions – LMT Inc.,* Cedar Grove, New Jersey (N00164-20-D-JN93), are awarded a $17,500,000 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for build-to-print machined parts for military projects. These contracts includes options which may bring the cumulative value of each contract to $35,000,000, if exercised. Work will be performed at various locations across the U.S. based on each individual task order. These build-to-print machined parts are used for military projects including, but not limited to, the fixed forward firing weapons and interface unit automatic processor systems that are utilized on the MH-60R Seahawk and MH-60S Knighthawk helicopters. Work is expected to be completed by June 2025, or June 2030 if all options are exercised. Working capital funding of a $3,000 minimum contractual award for each vendor ($18,000 total) will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract were competitively procured via the beta.SAM.gov website and 11 offers were received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Poole Fire Protection Inc.,* Olathe, Kansas, is awarded an $10,000,000 indefinite-delivery/indefinite-quantity architect-engineer contract for architect-engineer services for fire protection testing, inspection, studies and surveys at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of operations including, but not limited to Guam and the Commonwealth of the Northern Marianas Islands (40%); Japan (40%); Australia (10%); and Diego Garcia (10%). The work to be performed provides for the following services final acceptance testing and inspection of all types of installed fire protection systems, fire protection and life safety studies, surveys and water flow testing. The term of the contract is not to exceed 60 months and work is expected to be complete by June 2025. Fiscal 2018 military construction (MILCON) (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (planning and design). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0005). DEFENSE LOGISTICS AGENCY U.S. Foods Inc., Port Orange, Florida, has been awarded a maximum $28,710,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 262-day bridge contract with no option periods. Locations of performance are Florida; Cuba; and the Bahamas, with a Nov. 8, 2020, ordering period end date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2020 and 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3279). Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a not-to-exceed $26,696,992 undefinitized delivery order (SPRPA1-20-F-M40H) against a five-year basic ordering agreement (SPE4A1-16-G-003Z) for aircraft rotodomes. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year nine-month contract with no option periods. Location of performance is Florida, with a March 31, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Merchants Foodservice, Hattiesburg, Mississippi, has been awarded a maximum $16,160,350 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 241-day bridge contract with no option periods. Locations of performance are Louisiana and Mississippi, with a Feb. 21, 2021, ordering period end date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3280). Fort Riley Utility Services Inc., Fort Riley, Kansas, has been awarded a maximum $9,461,376 modification (P00026) to a 50-year contract (SP0600-17-C-8328), with no option periods for water and wastewater utility services at Fort Riley, Kansas. This is a fixed-priced with economic-price-adjustment contract. This modification increases the obligated value from $33,267,059 to $34,393,260. Locations of performance are Kansas and California, with a June 30, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. International Business Machines Corp., Reston, Virginia, has been awarded a maximum $7,635,577 modification (P00005) exercising the second one-year option period of a one-year base contract (SP4701-18-C-0048) with four one-year option periods for technical and functional services for the Defense Agencies Initiative. This is a firm-fixed-price, cost-plus-incentive-fee contract. Locations of performance are Virginia and other areas in the continental U.S., with a July 31, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 operations and maintenance funds; and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a $15,943,623 modification (P00161) to a 50-year contract (SP0600-08-C-8250) with no options periods for the ownership, operation and maintenance of water and wastewater utility systems at Fort Hood, Texas. This is a fixed‐price with prospective-price-redetermination contract. Locations of performance are New Jersey and Texas, with a Jan. 8, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded June 23, 2020) U.S. SPECIAL OPERATIONS COMMAND Arcticom LLC, Anchorage, Alaska, was awarded an $18,772,155 maximum single award “C” type contract (H92240-20-C-0004) with options included to extend services in support of Naval Special Warfare Command (NSWC) enterprise requirements for NSW Preparatory Course training and support services. Fiscal 2020 operations and maintenance funds in the amount of $3,329,539 are being obligated at the time of award. The work will be performed in Great Lakes, Illinois, and may continue through fiscal 2026 if all options are exercised. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with eight proposals received. NSWC, Coronado, California, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2234393/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 19, 2018

    20 novembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 19, 2018

    ARMY Arora Group Inc.,* Gaithersburg, Maryland, was awarded an $85,457,545 firm-fixed-price contract to provide personal and non-personal services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-19-D-0002). Birdon America Inc.,* Denver, Colorado, was awarded a $44,452,448 modification (P00062) to contract W56HZV-14-C-0015 for bridge erection boats and crew protection kits. Work will be performed in Denver, Colorado, with an estimated completion date of March 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $44,452,448 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. URS Federal Services Inc., Germantown, Maryland, was awarded a $20,000,000 modification (0002 36) to contract W52P1J-12-G-0028 for logistic support services, maintenance, supply and transportation. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $20,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. CSRA LLC, Huntsville, Alabama, was awarded an $8,790,283 modification (000033) to Foreign Military Sales (Uganda, Iraq, Croatia, Greece, Tunisia, Indonesia, Kenya, Saudi Arabia and Afghanistan) contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2019. Fiscal 2018 other procurement, Army; and foreign military sales funds in the amount of $8,790,283 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Northrop Grumman Systems Corp., Herndon, Virginia (N00189-19-D-Z006); Capstone Corp., Alexandria, Virginia (N00189-19-D-Z007); Science Applications Information Corp., Reston, Virginia (N00189-19-D-Z008); General Dynamic Information Technology, Fairfax, Virginia (N00189-19-D-Z009); Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z010); and CALIBRE Systems Inc., Alexandria, Virginia (N00189-19-D-Z011), are awarded an estimated $577,471,075 in multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide Joint Force development and training support services to enhance and improve the joint fighter's ability to adapt and overcome an ever-evolving threat environment in support of the Joint Chiefs of Staff. The contracts will run concurrently and include a 60-month base ordering period with an option for an additional six-month ordering period. If the option period is exercised, the total estimated value of the contracts combined will be $636,917,163. Work will be performed at government facilities in Suffolk, Virginia (90 percent); and at various contractor locations throughout the U.S. (10 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. The base ordering period of the contract is anticipated to begin May 2019 and is expected to be completed by April 2024; if all options are exercised, the ordering period will be completed by October 2024. Fiscal 2019 operations and maintenance (Defense Acquisition) funds in the amount of $60,000 will be obligated ($10,000 on each of the six contracts to fund the contracts' minimum amounts); and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $41,509,096 firm-fixed-price delivery order (N00019-18-F-2494) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification procures Xilinx and Intel-Altera Diminishing Manufacturing Sources parts that have reached end-of-life in order to support future aircraft deliveries for the Air Force, Marine Corps, and Navy as well as Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2017 aircraft procurement (Air Force); 2018 aircraft procurement (Air Force, Marine Corps and Navy); 2019 operations and maintenance (Air Force, Marine Corps, and Navy); and FMS funding in the amount of $41,509,096 will be obligated at time of award, $32,836,293 of which will expire at the end of the current fiscal year. This delivery order combines purchases for the Air Force ($22,936,546; 55 percent); Marine Corps ($13,505,208; 33 percent); Navy ($4,766,733; 11 percent); and FMS ($300,609; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. CRP Contracting,* Columbus, Ohio, is awarded a $31,116,904 firm-fixed-price contract for airfield lighting repairs at Naval Air Station Kingsville. The work to be performed provides for repairs to the airfield electrical infrastructure. The work also includes removal and installation of a new standing seam roof and removal and replacement of windows and incidental related work. Work will be performed in Kingsville, Texas, and is expected to be completed by November 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $31,116,904 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0503). Triton Marine Construction Corp., Bremerton, Washington, was awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). (Awarded Nov. 16, 2018). Telephonics Corp., Farmingdale, New York, is awarded a $15,130,351 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of a maximum quantity of 50 Identification Friend or Foe Interrogator (IFFI) AN/UPX-43(V) 1 and 50 IFFI mounting trays, repair of repairables and required technical data in support of P-8A Poseidon Production Lots 9, 10, and 11 for the Navy, partner countries and foreign military sales (FMS) customers. Work will be performed in Farmingdale, New York, and is expected to be completed in November 2021. Fiscal 2018 aircraft procurement (Navy); and FMS funds in the amount of $3,588,904 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The first order combines purchases for the Navy ($2,687,946; 75 percent); and the government of the United Kingdom ($900,958; 25 percent). This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0002). CFM International Inc., West Chester, Ohio, is awarded $13,033,283 for modification P00002 to a previously awarded firm-fixed-price contract (N0001918C1071) to exercise an option for the procurement of one Poseidon CFM56-7B27AE engine for the government of Norway in support of the P-8 Poseidon aircraft under the Foreign Military Sales program. Work will be performed in Villaroche, France (53 percent); Evendale, Ohio (43 percent); Singapore (3 percent); and Bromont, Canada (1 percent), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $13,033,283 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. Colonna's Shipyard Inc.,* Norfolk, Virginia, is awarded an $11,884,493 firm-fixed-price contract for a 90-calendar day shipyard availability for the post shakedown availability and dry docking of USNS City of Bismarck (T-EPF 9). Work will include clean and gas-free tanks, voids, cofferdams and spaces, heater exchangers; modify fore peak structure, perform annual stern ramp maintenance, install heat tracing and thermal insulation on piping, perform annual maintenance of ride control system, bilge cleaning, reduction gear maintenance, self-contained breathing apparatus annual certification, high expansion foam system certification, heating, ventilation, and air conditioning system annual maintenance, annual sewage plant maintenance, docking and undocking, evacuation system annual certification, waterjet hydraulics maintenance, and installation of the adaptive force package. The contract includes options which, if exercised, would bring the total contract value of this contract to $13,593,593. Work will be performed in Norfolk, Virginia, and is expected to begin Jan. 7, 2019, with completion by April 6, 2019. Fiscal 2019 operations and maintenance funds in the amount of $13,593,593 are obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside, with more than two companies solicited via the Federal Business Opportunities website, with two offers received, with two found to be in the competitive range. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6702). 3 Phoenix Inc.,* Chantilly, Virginia, is awarded a $10,271,000 cost-plus-fixed-fee, cost only modification to previously awarded contract N00024-13-C-6264 to exercise an option for engineering and technical services and other direct costs in support thereof for the Small Business Innovative Research (SBIR) Phase III contract, topic number N04-138-Real-time Data Fusion and Visualization Interface for Environmental Research Data. Work will be performed in Chantilly, Virginia (40 percent); Wake Forest, North Carolina (40 percent); and Hanover, Maryland (20 percent), and is expected to be completed by October 2019. Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 other procurement (Navy); and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $6,753,273 will be obligated at the time of award and funding in the amount of $724,610 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $9,847,635 for task order A00012 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N62470-17-D-4012 for modification of the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $132,110,862. Work will be performed at various installations in territory of Djibouti, Africa; and other areas within Africa, and is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. VT Halter Marine Inc., Pascagoula, Mississippi, was awarded a not-to-exceed $9,000,0000 undefinitized contract action for functional design engineering, procurement of long-lead time material, and limited advanced production to support the Oceanographic Survey Ship (T-AGS 67). Work will be performed in Pascagoula, Mississippi (85 percent); Pittsburgh, Pennsylvania (13 percent); and New Orleans, Louisiana (2 percent), and is expected to be completed by May 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $6,750,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, 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 Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2208). (Awarded Nov. 16, 2018) Lockheed Martin Corp. Mission Systems and Training, Baltimore, Maryland, is awarded $7,105,135 for a firm-fixed-price contract for the manufacture of spare and repair parts used in the MK-41 Vertical Launching System. This is a one-year contract with no option periods. Work will be performed in Ventura, California (85 percent); and Baltimore, Maryland (15 percent), and will be completed by November 2019. Fiscal 2018 and 2019 working capital funds (Navy) in the amount of $7,105,135 will be issued as a delivery order that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the original solicitation in accordance with 10 U.S. Code 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-19-D-ZD21). AIR FORCE Northrop Grumman Aerospace Systems, San Diego, has been awarded a $489,924,430 definitization and increase in scope fixed-price-incentive-fee and cost-plus-incentive-fee contract (FA8620-18-C-1000 PZ0004) for the Japan Global Hawk program. The contract provides for: three RQ-4 Global Hawk Block 30i air vehicles each containing an enhanced integrated sensor suite payload, two ground control elements, spares and support equipment, system engineering and program management tasks required to execute, manage, control, and report on all program activities, and a site survey. Work will be performed in San Diego and is expected to be completed by Sept. 1, 2022. This contract involves foreign military sales (FMS) to Japan and is the result of a sole-source acquisition. This action will increase funding by $294,542,454 for a total of $425,012,030 in FMS funding. FMS funding in the amount of $64,912,400 will be awarded as priced options to be exercised as soon as Japan releases the remaining funds. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Thales Air Traffic Management Inc., Clarksburg, Maryland, has been awarded a $30,634,338 firm-fixed-price contract option for Deployable Instrument Landing System (D-ILS) production units and spare parts. This contract option provides 9 D-ILS to be deployed worldwide. Work will be performed in Clarksburg, Maryland, and is expected to be completed September 2020. Fiscal 2017 and 2018 procurement funds in the amount of $30,634,338 are being obligated at the time of award. The total cumulative face value of the contract is $126,104,149 and has not changed with this award. Aerospace Management Systems Contracting Office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0034). Engility Corp., Andover, Massachusetts, has been awarded a $30,304,806 cost-plus-incentive-fee contract for systems engineering and integration follow-on services. This contract provides support to ensure the Air Force Space Overhead Persistent Infrared and Space Based Environmental Monitoring program requirements are met in a timely manner. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 28, 2021. 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 $15,48,920; space procurement funds in the amount of $783,582; and operations and maintenance funds in the amount of 1,934,075 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0001). MISSILE DEFENSE AGENCY Lockheed Martin Corp. - Rotary and Mission Systems, Colorado Springs, Colorado, is being competitively awarded an indefinite-delivery/indefinite quantity contract with a maximum amount of $240,000,000. Under this new contract, the contractor will support the development, deployment and sustainment of the Objective Simulation Framework Modeling & Simulation framework that leverages existing or mature capabilities with a modular, scalable, reconfigurable, and composeable architecture. A task order in the amount of $49,703,444 is being issued immediately after the award of this contract. The work will be performed in Huntsville, Alabama. The ordering period is from Nov. 19, 2018, through Nov. 18, 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research and development funds in the amount of $1,700,000 are being obligated on the award of the first task order and will expire at the end of the current fiscal year. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0002). DEFENSE LOGISTICS AGENCY Coastal Pacific Food Distributors, Stockton, California, has been awarded a maximum $52,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full food-line distribution. This is a 142-day bridge contract, which could possibly end early when the guaranteed minimum is met. Locations of performance are California, Japan, Singapore, Philippines and Diego Garcia, with an April 30, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-4046). Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $47,951,352 firm-fixed-price, indefinite-delivery contract for blue poly/wool cloth. This was a competitive acquisition with one response received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is North Carolina, with a Nov. 18, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1113). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1694434/source/GovDelivery/

Toutes les nouvelles