10 janvier 2023 | International, Aérospatial

Air Force, Space Force pursue AI readiness by 2025

To get after AI readiness, the Department of the Air Force must continue investments in training and infrastructure, says the outgoing AI and data chief.

https://www.c4isrnet.com/artificial-intelligence/2023/01/10/air-force-space-force-pursue-ai-readiness-by-2025/

Sur le même sujet

  • Le Pen vs. Macron: European defense affairs hang in the balance amid French election

    24 avril 2022 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Le Pen vs. Macron: European defense affairs hang in the balance amid French election

    As France prepares to vote in the presidential election, the outcome, no matter the winner, will have reverberating ramifications on the future of European defense and capability development.

  • Contract Awards by US Department of Defense - July 29, 2020

    30 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 29, 2020

    NAVY Advanced Technology Systems Co.,* McLean, Virginia (N00039-20-D-0060); Forward Slope Inc.,* San Diego, California (N00039-20-D-0061); ITC Defense,* Arlington, Virginia (N00039-20-D-0062); Solute Inc.,* San Diego, California (N00039-20-D-0063); and Veterans First Initiative,* Gainesville, Virginia (N00039-20-D-0064), are awarded a $75,000,000 not-to-exceed, hybrid (firm-fixed-price, cost-plus fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity) multiple award contract (MAC) for command, control, communications, computers and intelligence integrated international support services in support of U.S. security assistance and security cooperation programs. No contract funds will be obligated on the basic MAC awards. Funds in the amount of $2,000 per awardee will be obligated at the time of award on the first task order under each contract utilizing fiscal 2020 Foreign Military Sales (FMS) administration funding. This contract utilizes FMS funding from various security cooperation partners that will be identified as individual task orders are issued. Work will be performed in various overseas locations based on the requirement for each task order placed. The ordering period for each contract is five years. Contract funds that are awarded using FMS administration funding will expire at the end of the current fiscal year; any funds awarded using FMS case funding will not expire at the end of the year. These contracts were competitively procured with small business proposals solicited and 10 offers were received via the beta.SAM.gov and Naval Information Warfare Systems Command e-Commerce websites. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Heffler Contracting Group,* El Cajon, California, is awarded an $25,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for heavy and civil engineering construction at various locations within the metro San Diego, California area (Naval Bases San Diego, Coronado, Point Loma and Marine Corps Air Station Miramar). No task orders are being issued at this time. The work to be performed provides for the design, construction, supervision, equipment, material, labor and all means necessary for other heavy and civil engineering construction, repairs, renovations and new construction projects. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and four proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1110). HDR Architecture Inc., Arlington, Virginia, is awarded a $13,781,605 firm-fixed-price contract to provide post-construction award services for the Walter Reed National Military Medical Center addition/alteration at Naval Support Activity Bethesda, Maryland. The contract is incrementally funded with the first increment of $3,000,000 being allocated at the time of award. Work will be performed in Bethesda, Maryland. The work to be performed provides architect and engineering post construction award services for construction consultation to the government and provides assistance with technical issues that may arise in connection with the project during the construction of the Walter Reed National Military Medical Center addition/alteration at Naval Support Activity Bethesda, Maryland. This work consists of responding to requests for information, review shop drawing submittals, prepare record drawings, field consultation during construction, partnering meetings and other post construction award services as needed. In addition, full time/on-site representation will be required for field consultations or participations in construction progress team reviews. Work is expected to be completed by March 2026. Fiscal 2016 military construction (Department of Defense-wide) contract funds are obligated on this award and will expire at the end of the current fiscal year. Pursuant to the Federal Acquisition Regulation 6.302-1(a)(2)(iii), which authorizes the use of other than full and open competition when there is only one available source, this contract was sole sourced to HDR Architecture Inc. because of their uniquely qualified position to perform the required work. The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity (N40080-20-C-0016). Curtiss-Wright Fleet Solutions, Chesapeake, Virginia, is awarded a $13,308,348 not to exceed, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for labor, parts, support to installations, troubleshooting, repair and maintenance of Navy equipment manufactured and serviced by Curtiss-Wright Fleet Solutions. Equipment includes low, medium and high pressure air compressors, single stage turbines, pumps, compressed air valves and manifolds for various ship classes in support of Naval Surface Warfare Center Philadelphia Division. Work will be performed in Chesapeake, Virginia (85%); the remaining (15%) will be performed in Newport News, Virginia, as determined by the individual task orders. Work is expected to be completed by July 2026. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $500 ($500 minimum guarantee for contract) will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4028). AIR FORCE L3 Technologies Inc., Bristol, Pennsylvania, has been awarded a $64,232,376 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Telemetry Security Products (TSP) and ancillary services. The contractor shall manufacture and deliver all TSP, National Security Agency (NSA) approved class one encryption products and NSA-approved encryption accessories, in accordance with individual delivery orders. The contractor shall perform the following services in accordance with individual delivery orders, telecommunications electronics materials protected from emanating spurious transmissions test, electromagnetic interference/radio frequency interference test, product upgrade/enhancement, repair and technical support as required. Work will be performed in Bristol, Pennsylvania, and is expected to be completed by July 28, 2025. This award is the result of a sole-source acquisition. Fiscal 2019 Department of Defense procurement funds in the amount of $549,200 are being obligated at the time of award. Directorate of Contracting, Edwards Air Force Base, California, is the contracting activity. Hardwood Products Co. L.P., Guilford, Maine, has been awarded a not-to-exceed $51,150,000 undefinitized contract action (UCA) for industrial base expansion for U.S. domestic production capacity for medical flock tip swabs. This contract award is part of the ongoing collaboration between the Department of Defense and Health and Human Services, led by the department's Joint Acquisition Task Force and funded through the CARES Act to enable and support domestic industrial base expansion for critical medical resources. Primary tasks under this contract action include procurement, assembly and installation of flock tip swab assembly and packaging machinery and buildout of a production facility. Work will be performed in Guilford, Maine, and is expected to be completed eight months after receipt of UCA. This award is the result of a sole-source acquisition. Air Force Life Cycle Management, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0056). A-Tech Corp., Albuquerque, New Mexico has been awarded a $16,923,957 cost-plus-fixed-fee contract for a communication system with two-way time transfer operating within W/V-bands and incorporating Free Space Optical links. This system will model Heterogeneous Optical W/V-band Demonstration, evaluate and develop its components and demonstrate its potential at meeting these objectives. Work will be performed in Albuquerque, New Mexico, and is expected to be completed Oct. 31, 2025. This award is the result of a competitive acquisition with one offer received. Fiscal 2019 and 2020 research and development funds in the amount of $365,733 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0024). Perry Management Corp., Pearl City, Hawaii, has been awarded a $15,041,798 indefinite-delivery/indefinite-quantity contract for refuse services. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision and other items and services necessary to perform installation-wide Municipal Solid Waste collection/disposal to include asbestos disposal service specific to Joint Base San Antonio (JBSA) Lackland, Texas. Municipal Solid Waste collection services at JBSA installations include Lackland, Randolph, Fort Sam Houston, Camp Bullis, Canyon Lake military recreation areas, and Seguin Airfield in Texas, in accordance with all local, state and federal laws, regulations, standards, instructions, commercial practices or international agreements. This award is the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the amount of $18,288 are being obligated at the time of award. The contract is expected to be completed by Feb. 28, 2025. The 502nd Contracting Squadron, JBSA Lackland, Texas, is the contracting activity (FA3016-20-D-0024). SRC Inc., North Syracuse, New York, has been awarded a $7,627,257 task order for primarily platform electronic fit and supporting telecommunication parametric data support under the indefinite-delivery/indefinite-quantity contract FA7037-17-D-0001 for the sensor beam program. The contractor will research, analyze, technically document and perform reviews on electromagnetic systems, events and signatures required by all services and other U.S. agencies. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed July 30, 2021. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. Acquisition Management and Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity. DEFENSE LOGISTICS AGENCY Draeger Inc., Telford, Pennsylvania, has been awarded a maximum $60,000,000 modification (P00029) exercising the sixth one-year option period of a one-year base contract (SPE2D1-14-D-0004) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment indefinite-delivery/indefinite-quantity contract. Location of performance is Pennsylvania, with an Aug. 5, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. ARMY Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $47,239,843 modification (P00022) to contract W31P4Q-19-C-0076 for full rate production of the Javelin weapon system. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023. Fiscal 2010 and 2020 missile procurement (Army) funds in the amount of $47,239,843 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Threat Tech-Yorktown Systems Group JV LLC,* Hampton, Virginia, was awarded a $31,362,444 hybrid (firm-fixed-price, time-and-materials) contract for core functions support services for U.S. Army Training and Doctrine Command. Bids were solicited via the internet with five received. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Aug. 9, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $19,997,056 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S0-20-C-0007). River City Construction LLC, East Peoria, Illinois, was awarded a $30,100,000 firm-fixed-price contract for construction of a consolidated communications building at Scott Air Force Base, Illinois. Bids were solicited via the internet with three received. Work will be performed at Scott Air Force Base, with an estimated completion date of Jan. 9, 2023. Fiscal 2017 military construction (Air Force) funds in the amount of $30,100,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0028). The Boeing Co., Mesa, Arizona, was awarded an $11,250,000 modification (P00053) to contract W58RGZ-16-C-0023 to update critical safety items for the Apache attack helicopter (AH-64E). Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2018 and 2019 aircraft procurement (Army) funds in the amount of $11,250,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Kitware Inc., Clifton, New York, was awarded an $11,947,912 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop methods that exploit semantic inconsistencies in falsified media to perform tasks across media modalities and at scale. Work will be performed in Clifton Park, New York; Corvallis, Oregon; and at university laboratories in New York, New York; Albany, New York; Tempe, Arizona; Urbana, Illinois; and Ann Arbor, Michigan, with an expected completion date of July 2024. Fiscal 2020 research, development, test and evaluation funding in the amount of $1,733,340 is being obligated at time of award. This contract was a competitive acquisition under a full and open broad agency announcement and 37 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0123). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2293268/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 9, 2020

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

    Contract Awards by US Department of Defense - November 9, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $657,200,000 undefinitized contract action modification (P00025) to contract FA8634-18-C-2701 for the F-15Q Qatar program. The contract modification provides a comprehensive sparing program and contractor logistics support for the sustainment of the F-15QA aircraft. Logistical support for training devices and administrative costs are also included in this modification. Work will be performed in Al-Udeid Air Base, Qatar. Foreign Military Sales funds in the amount of $55,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $8,040,659,061. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, has been awarded a $258,311,000 firm-fixed-price contract for Evolved Strategic Satellite Communication (ESS) contract. This contract will develop a prototype payload and conclude in a hardware and software in-the-loop, end-to-end demonstration. Work will be performed in Denver, Colorado, and is expected to be completed June 2025. This contract is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $29,447,172 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-21-C-0015). Raytheon Integrated Defense Solutions, Tewksbury, Massachusetts, has been awarded a $77,639,897 fixed-price, incentive-firm contract with firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable and time and material contract line item numbers for the Qatar Air Operations Center (AOC) upgrade. The contract is to upgrade the AOC and alternate AOC (AAOC), which includes the procurement of hardware and software, engineering services, installation, integration, and testing of AOC and AAOC components, end-user training, spares and help desk support outside the continental U.S. Work will be performed in Tewksbury, Massachusetts; and Al Udeid Air Base, Qatar, and is expected to be completed March 31, 2025. This award is the result of a directed sole-source acquisition. Foreign Military Sales funds in the amount of $77,639,897 are obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0005). Raytheon Co., Fort Wayne, Indiana, has been awarded a $33,899,323 cost-plus-fixed-fee contract to the Airborne Warning and Control System (AWACS) Combat Identification (CID) Alpha Phase One effort. This contract upgrades the current AWACS System to meet evolving threat capabilities and to address diminishing manufacturing sources material shortages issues with the currently fielded AWACS System. Work will be performed at Raytheon in Fort Wayne, Indiana, and is expected to be completed May 2022. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds have been obligated in the amount of $4,864,480 prior to definitization. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0016). Space Exploration Technologies Corp., Hawthorne, California, has been awarded $29,643,567 in firm-fixed-price task orders under the National Security Space Launch Phase 2 contract. These task orders provide early integration studies and fleet surveillance for non-national security space missions. Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 19, 2021. Fiscal 2020 missile procurement funds in the amount of $7,307,274; and fiscal 2020 space procurement funds in the amount of $22,336,293 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0002). NAVY General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $138,545,759, firm-fixed-price contract for the execution of the USS New York (LPD 21) fiscal 2021 docking selected restricted availability (DSRA). This availability will include a combination of maintenance, modernization and repair of the USS New York (LPD 21). This is a Chief of Naval Operations scheduled DSRA. The purpose is to maintain, modernize, and repair the USS New York (LPD 21). This is a “long-term” docking availability and was solicited on a coast-wide (East and Gulf coasts) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS New York (LPD 21). This contract includes options which, if exercised, would bring the cumulative value of this contract to $161,341,858. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $138,545,759 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website; two competitive proposals were received in response to Solicitation No. N00024-20-R-4417. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4417). Three Wire Systems LLC, Falls Church, Virginia, is awarded a multiple-award, firm-fixed-price Department of Defense Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contract GS-35F-0300T. The estimated overall value of this BPA is $74,500,000. DOD ESI is a joint DOD project to streamline the acquisition process and provide information technology (IT) products and selected services that are compliant with applicable standards and represent the best value for DOD. Under ESI, the DOD leverages aggregate buying power to establish enterprise agreements with IT manufacturers and resellers for high demand, commercial off-the-shelf IT products and services. This awardee will join the rest of the fiscal 2018 multiple awardees Carahsoft (Reston, Virginia); Immix (McLean, Virginia); and Alamo City Engineering Services (San Antonio, Texas), to provide commercially available Forescout brand-name software licenses, proprietary appliances, and maintenance support to the DOD, intelligence community, and Coast Guard. The products offered through this BPA will meet functional requirements and capabilities in the following categories: Forescout Integration Modules, CounterAct, Forescout Training and Solution Support, and ActiveCare Support Services. The ordering period will be from Nov. 9, 2020, to Dec. 20, 2022. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated via delivery orders using operation and maintenance (DOD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. One offer was received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-A-0030). ESG Aerosystems Inc., Starke, Florida, is awarded a $64,773,941 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to develop a curriculum and facilitate training for P-3 aircrew positions including copilots, patrol plane commander, instructor pilot, flight engineer, instructor flight engineer, and flight currency training in support of Naval Education and Training Security Assistance Field Activity's applicable field units and other program offices and stakeholders. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed in Starke, Florida (80%); and Jacksonville, Florida (20%). This effort is 100% funded by Federal Republic of Germany funds under the Foreign Military Sales program. Funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation (FAR) 5.202(a)(3) with one offer received under authority of FAR 6.302-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z007). AERMOR LLC,* Virginia Beach, Virginia, is awarded $44,913,739 for a firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test & Evaluation Force Surface Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $49,901,968. The base ordering period is expected to be completed by November 2025. If the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity (N00189-21-D-G001). L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $10,364,080 modification (P00024) to a previously awarded firm-fixed-price contract (N00019-18-C-1030). This modification exercises options to procure six AN/SRQ-4 kits and associated components for the MH-60 Common Data Link system for Foreign Military Sales (FMS) customers. Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022. FMS funds in the amount of $9,560,101 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. William Marsh Rice University, Houston, Texas, is awarded an 18-month contract option valued at $9,776,246 under an existing cost-reimbursement contract (N66001-19-C-4020) for development of a high resolution neural interface that does not require surgery. The Next-Generation Non-Surgical Neurotechnology program seeks to broaden applicability of neural interfaces to facilitate multi-tasking at the speed of thought and interface with smart decision aids to achieve a neural link capable of high spatial and temporal resolution currently only possible using surgically implanted devices. Exercise of this option increases the overall value of this contract to $13,805,336. Work will be performed at the contractor's facilities in Houston, Texas (29%); Waco, Texas (33%); New York, New York (20%); New Haven, Connecticut (15%); and Durham, North Carolina (3%). The period of performance is from Nov. 9, 2020, through May 31, 2022. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of $2,888,123 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Nineteen proposals were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-C-4020). Barnhart-Reese Construction Inc.,* San Diego, California, is awarded a firm-fixed-price task order (N6247321F4085) at $8,061,699 under a multiple award construction contract for design-build repair/renovation of Mess Hall Building 2403 at Marine Corps Base Camp Pendleton. The task order also contains two planned modifications which, if exercised, would increase the cumulative task order value to $8,120,128. The scope of work includes replacement of plumbing systems and floor finishes, reconfiguring kitchen and serving spaces to align with current serving methodologies, removing wasted storage and office areas, relocating portable refrigerated reefers to the interior of the existing facility, replacing broken heating, ventilation and air conditioning, and cooling condensers in the food preparation areas, and removing disused built-ins. The planned modifications, if issued, provide for furniture, fixtures, and equipment and audio/visual. Work will be performed in Oceanside, California, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,061,699 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). L-3 Electron Devices Inc., Torrance, California, is awarded a $7,860,000 for a firm-fixed-price delivery order (N00383-21-F-NR00) under a previously awarded basic ordering agreement (N00383-18-G-NR01) for the repair of the guided traveling wave tube in support of the F/A-18 aircraft. All work will be performed in Torrance, California and is expected to be completed by February 2021. Fiscal 2021 working capital (Navy) funds in the full amount of $7,860,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2410227/source/GovDelivery/

Toutes les nouvelles