20 mai 2022 | International, Terrestre

Analysis: Military push for Canada to go to 'wartime footing' to produce armaments will be costly for taxpayers

The push is on both in the U.S. and Canada to gear up industry to go to a “wartime footing” and significantly boost production of weapons.

https://ottawacitizen.com/news/national/defence-watch/analysis-military-push-for-canada-to-go-to-wartime-footing-to-produce-armaments-will-be-costly-for-taxpayers

Sur le même sujet

  • Contract Awards by US Department of Defense - March 5, 2019

    6 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 5, 2019

    ARMY 22nd Century Technologies Inc.,* Somerset, New Jersey (W15P7T-19-D-0202); Agile Defense Inc.,* Reston, Virginia (W15P7T-19-D-0203); Allied Associates International Inc.,* Gainesville, Virginia (W15P7T-19-D-0204); Beshenich Muir & Associates LLC,* Leavenworth, Kansas (W15P7T-19-D-0205); Envision Innovative Solutions Inc.,* Manasquan, New Jersey (W15P7T-19-D-0206); Interactive Process Technology LLC,* Billerica, Massachusetts (W15P7T-19-D-0207); and Technology Service Corp.,* Arlington, Virginia (W15P7T-19-D-0210), will compete for each order of the $37,400,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract for knowledge based professional engineering support services for programs with command, control, communications, computer, intelligence, surveillance, and reconnaissance related requirements. Bids were solicited via the internet with 388 received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $23,577,120 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $23,577,120 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0285). Black & Veatch Special Projects Corp., Overland Park, Kansas, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer general design services. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of March 4, 2024. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-2003). Lockheed Martin Corp., Orlando, Florida, was awarded an $8,821,316 modification (P00061) to contract W31P4Q-15-C-0102 for the procurement of Honeywell Inertial Measurement Units. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 30, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $8,821,316 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Lockheed Martin Space Systems Co., Sunnyvale, California, was awarded a $92,839,119 modification to increase the total ceiling to the previously awarded Mobile User Objective System (MUOS) cost-plus-award fee contract (N00039-04-C-2009) for engineering services, interim logistics services, spares and associated material. MUOS is a narrowband military satellite communication system that supports a worldwide, multiservice population of users, providing modern netcentric communications capabilities while supporting legacy terminals. Work will be performed in Scottsdale, Arizona (90 percent); and Sunnyvale, California (10 percent), and is expected to be completed by October 2020. Fiscal 2019/2020 weapons procurement (Navy); fiscal 2019/2020 research, development, test and evaluation (Navy); and fiscal 2019/2020 operations and maintenance (Navy) funding will be applied incrementally to the contract after award. Contract funds will not expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-04-C-2009). (Awarded March 4, 2019) Lockheed Martin Corp., Fort Worth, Texas, is awarded a $32,721,119 modification P00015 to a cost-plus-fixed-price delivery order (N0001918F2476) previously issued against basic ordering agreement N00019-14-G-0020 in support of the F-35 Lightning II Joint Strike Aircraft for the Navy, Air Force; Marine Corps, non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. The modification provides for the procurement of modification kits and special tooling required for modification and retrofit activities for delivered air systems. Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2027. Fiscal 2017 and 2018 aircraft procurement (Marine Corps); fiscal 2019 aircraft procurement (Navy, Marine Corps, Air Force); non-DoD U.S. participant and foreign military sales funds in the amount of $32,721,119 will be obligated at time of award, $2,136,568 of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($9,702,671; 30 percent); Navy ($9,212,841; 28 percent); Marine Corps ($7,844,070; 24 percent); non-U.S. DoD participant ($5,379,058; 16 percent); and FMS customers ($582,479; 2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DRS Systems Inc., Melbourne, Florida, is awarded a $29,556,100 modification to previously awarded firm-fixed-price material contract N65236-15-C-1007 with performance based cost-plus-fixed-fee provisions for design and system engineering support services. This modification extends the contract period of performance, increases the contract estimated ceiling by $29,556,100, and changes the cumulative estimated value of the contract from $54,094,742 to $83,651,029. This contract is for interior communication systems material support to U.S. naval vessels. Work will be performed in Melbourne, Florida, and is expected to be completed by February 2022. This contract was previously procured competitively by full and open competition via the Space and Naval Warfare Systems Command e-commerce Central website and the Federal Business Opportunities website. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Northrop Grumman Systems, Melbourne, Florida, is awarded a $23,300,000 long-term contract for repair coverage of eight items that are part of the E-2D Advanced Hawkeye System. The contract is a three-year contract with no option periods. Work will be performed in Woodland Hills, California (50 percent); and Syracuse, New York (50 percent), and work is expected to be completed by December 2020. No funds will be obligated at the time of award. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UL01). Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $9,963,210 for modification P00001 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0015). This modification increases the ceiling of the contract to procure additional production ancillary mission equipment in support of F-35 non-U.S. Department of Defense participant operational aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2023. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. NOREAS Environmental Services LLC.,* Irvine, California, was awarded an $8,006,844 modification under previously awarded fixed-price contract N62473-17-C-0001 to exercise Option Two for environmental services for the management of hazardous material/hazardous waste and industrial and oily wastewater treatment plants and collection systems. The work to be performed provides for the contractor to furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services for industrial waste/oily waste treatment Services; hazardous material/hazardous waste management; oil and hazardous substance spill response and cleanup, ashore. After award of this option, the cumulative contract value is $23,255,028. Work will be performed at various installations in San Diego, California, and is expected to be completed by March 2020. Working capital funds (Navy) in the amount of $8,006,844 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-C-0001). (Awarded Feb. 28, 2019) DEFENSE INFORMATION SYSTEMS AGENCY NextGen Federal Systems LLC, Morgantown, West Virginia, was awarded a competitive, hybrid (firm-fixed-price and cost-plus-fixed-fee) contract with four one-year options on task order HC1047‐19-C-0004 for independent verification and validation of software in support of the Defense Information Systems Agency Command and Control Portfolio. The face value of this action is $7,142,540 funded by fiscal 2019 operations and maintenance. The total cumulative face value of the contract is $52,574,624. Performance will take place primarily at the government's facility located at Fort George G. Meade Defense Information Systems Agency Headquarters. Proposals were solicited via the Federal Business Opportunities website, and five proposals were received. The base period of performance is March 6, 2019, through March 5, 2020. The Defense Information Technology Contracting Organization ‐ National Capital Region is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1776351/source/GovDelivery/

  • Defense Agency Wants To Acquire UAS Services For Use In Disaster Relief

    22 janvier 2019 | International, Aérospatial, Sécurité

    Defense Agency Wants To Acquire UAS Services For Use In Disaster Relief

    By Calvin Biesecker The Defense Department's agency charged with providing logistics support to warfighters is seeking information from vendors capable of providing unmanned aircraft systems (UAS) that can deliver food and water to people in remote areas following a disaster. The Defense Logistics Agency (DLA) in an information request lists key capabilities and requirements for its UAS needs as part of a forthcoming acquisition for the services in the East and Gulf Coasts of the U.S. “This is in support of Defense Logistics Agency Troop Support's Subsistence Contingency Operations and Natural Disaster relief efforts,” the DLA says in a Jan. 10 Request for Information on the government's FedBizOpps site. In addition to supporting warfighters with their supply needs, DLA also provides support to the Department of Homeland Security's Federal Emergency Management Agency (FEMA), which supports disaster response to U.S. states and territories. Support for FEMA is “becoming more routine,” a DLA spokesman told Defense Daily on Thursday. The DLA announcement doesn't specify a specific event or series of disasters that is driving the need for remote delivery of food and water by UAS but it does follow a series of dramatic storms and wildfires over the past 16 months. In particular, Hurricane Maria, which hit the U.S. Virgin Islands on Sept. 19, 2017, and Puerto Rico the day after. Maria impacted 100 percent of the populations of Puerto Rico and the U.S. Virgin Islands. The Caribbean islands of Puerto Rico and the U.S. Virgin Islands are both U.S. territories located a 1,000 or more miles from Florida. The devastation in Puerto Rico made deliveries of relief supplies difficult. “Hurricane Maria severely damaged or destroyed a significant portion of both territories' already fragile critical infrastructure,” FEMA said in a July 12, 2018 after-action report on the 2017 hurricane season. “Maria left Puerto Rico's 3.7 million residents without electricity. The resulting emergency response represents the longest sustained air mission of food and water delivery in Federal Emergency Management Agency history.” Rather than acquire the systems outright, DLA wants a contactor that can provide the delivery services through a “turnkey deployment” based on a performance-based concept of operations developed as part of a research effort. Capabilities must be in place within one to two days of an event, the agency says. It also says the drones must be non-developmental and be able to operate beyond visual line of sight in austere conditions. Payloads on the UAS will weigh between 250 and 500 pounds and “typically” consist of cases of bottled water, Meals-Ready-to Eat, and other related operational items that will be released remotely without damage to the supplies. For the deployments, the drones must be able to operate from maritime vessels to land, land to sea vessel, and land to land. DLA says that sea-based operations “will be coordinated with the U.S. Coast Guard.” In the late summer of 2017, before Maria hit, Texas was hit by Hurricane Harvey, which was followed by Hurricane Irma, which slammed into Florida, Puerto Rico and the U.S. Virgin Islands. Harvey affected 30 percent of the population in Texas and Irma affected 85 percent of the combined populations of Florida, Puerto Rico and the U.S. Virgin Islands. Around the same time the three storms hit the U.S. and its territories, another hurricane interfered with maritime operations in the Caribbean Sea and FEMA also supported California's response to “some of the most devastating wildfires to ever impact the state,” the after-action report said. The DLA wants responses to its Request for Information by Jan. 25. The agency said the timing of the release of the Request for Proposals is unknown as is the ultimate amount of the eventual procurement pending the completion of market research. https://www.rotorandwing.com/2019/01/18/defense-agency-wants-acquire-uas-services-use-disaster-relief/

  • Contract Awards by US Department of Defense - July 28, 2020

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

    Contract Awards by US Department of Defense - July 28, 2020

    U.S. TRANSPORTATION COMMAND James J. Flanagan Shipping Corp., Beaumont, Texas, has been awarded a $144,135,422 firm-fixed-price contract (HTC711-20-D-R050). The contract provides stevedoring and related terminal services at ports in Beaumont, Corpus Christi, and Port Arthur, Texas. The contract period of performance is from Oct. 3, 2020, to Oct. 2, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded an $83,647,556 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides research and development support services for the Medical Modeling and Simulation Planning Tools Sustainment, Enhancement and Application program for the Naval Health Research Center, San Diego, California. Work will be performed in Huntsville, Alabama (80%); and San Diego, California (20%), and is expected to be completed by August 2026. No funds will be obligated at the time of award. The initial task order for $8,853,470 for the base period of performance will be awarded with fiscal 2019 research, development, test and evaluation (Defense Health Program) funding of $296,551, which will expire at the end of the current fiscal year; and fiscal 2020 research, development, test and evaluation (Navy) funding of $4,359,068, which will not expire. The balance of the task order will be incrementally funded. The total value of the initial task order for the base period and one option year, if exercised, is $17,918,761. This contract was competitively procured via the beta.SAM.gov website and one offer was received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-D-5008). L-3 Communications Integrated Systems L.P., Waco, Texas, is awarded a $20,102,664 modification (P00053) to previously awarded cost-plus-fixed-fee contract N00019-15-C-0093. This modification exercises options for the installation of auxiliary power units, digital red switch systems and Family of Beyond Line-of-Sight Terminals/Presidential National Voice Conferencing modifications and associated support on two E-6B Mercury aircraft. Work will be performed in Waco, Texas, and is expected to be completed by July 2021. Fiscal 2020 aircraft procurement (Navy) funds for $20,102,664 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. Caterpillar Defense Products, Peoria, Illinois, is awarded an $18,233,057 time and material, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering, logistics and program management services. Work will be performed at Caterpillar's facilities and fleet concentration areas in the continental U.S. and shipboard locations outside of the continental U.S. according to each task order to be assigned. It is estimated that 80% of the work will occur at the contractor's facilities and 20% of the work will occur at government facilities. The services under this contract will provide enhanced life cycle manager, management and in-service engineering agent support services for Navy, Military Sealift Command and Coast Guard engine lines under Caterpillar's cognizance in order to augment the effectiveness of critical diesel engine programs, including diesel readiness system and diesel maintenance system, by engaging with a primary diesel engine original equipment manufacturer Caterpillar. The contract will have a five year ordering period and work is expected to be completed by July 2026. Fiscal 2020 operations and maintenance (Navy) funding in the total amount of $204,510 will be obligated at time of award and will expire at the end of the 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-4035). Lockheed Martin Corp., Owego, New York, is awarded an $18,100,000 modification (P00015) to previously awarded firm-fixed-price, cost-plus-fixed-fee contract N00019-19-C-0013. This modification provides non-recurring efforts and modifies three Lot 14 MH-60R helicopters to the initial India configuration in support of the MH-60R modification program for the government of India. Work will be performed in Owego, New York (95%); and Stratford, Connecticut (5%), and is expected to be completed by March 2022. Foreign Military Sales funds for $18,100,000 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. Progeny Systems Corp., Manassas, Virginia, was awarded an $18,063,794 cost-plus-fixed-fee level of effort and cost-only modification to previously awarded contract N00024-18-C-6265 to exercise options for engineering and technical services for Navy submarines that will include software development, commercial off-the-shelf products and hardware and software integration. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%). The supplies under this contract, Small Business Innovative Research Topic N96-278, will lead to the development of new designs that will replace obsolete subsystems, provide recommendations to reduce acquisition life cycle costs and improve reliability. The scope of work will involve the application of engineering disciplines required to analyze, design, fabricate and integrate hardware and software solutions for commercial off-the-shelf based subsystems that collectively provide capabilities to Naval platforms. Work is expected to be completed by July 2021. Fiscal 2020 shipbuilding and conversion (Navy); and 2020 research, development, test and evaluation (Navy) funding in the amount of $2,637,309 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. (Awarded July 24, 2020) The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $13,833,549 firm-fixed-price task order (N40085-20-F-5948) under a multiple award construction contract for repairs and improvements to the industrial wastewater treatment plant at Marine Corps Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina. The work to be performed provides for improvements and repairs to the industrial wastewater treatment plant; repairs to process equipment including the influent flow meter; grit removal system; primary clarifiers; equalization basins; scum pumps; up-flow clarifiers; continuous treatment facility; chemical ventilation systems; sludge dewatering system; construction of a new effluent Parshall flume; new sludge storage tank; and chemical storage tanks. Repairs to structural components include the chemical tote area, various equipment pads, concrete tank patching and handrails. Repairs to the existing electrical and process control systems include new conduit, wire and site lighting. Site improvements include drainage issue correction and the repair and upgrade of fences around the complex. Work is expected to be completed by July 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $13,833,549 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity (N40085-20-D-0036). Military and Federal Construction Co.,* Jacksonville, North Carolina, is awarded a $10,823,608 firm-fixed-price task order (N40085-20-F-5918) under a multiple award construction contract for repairs to the bachelor enlisted quarters (BEQ 4313) at Marine Corp Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina. The work to be performed provides for improvements and repairs to BEQ 4313, including interior components and surfaces; concrete cantilever breezeways; windows and doors; interior and exterior walls; vanities and head accessories; floor coverings; stair trends; building exterior; electrical panels and subpanels; arc fault breakers; light fixtures; the fire suppression system; water supply; waste and vent piping; plumbing piping and fixtures; and the parking lot. Work is expected to be completed by February 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $10,823,608 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity (N40085-16-D-6303). Alpha Marine Services LLC, Galliano, Louisiana, is awarded a $9,754,990 firm-fixed-price contract for the time charter of seven tractor-like tugs in support of Navy bases at Kings Bay, Georgia; and Mayport, Florida. This contract includes a 12-month base period, four 12-month option periods and a six-month option period, which, if exercised, will bring the cumulative value of this contract to $55,177,663. Work will be performed in Kings Bay (50%); and Mayport, Florida (50%), and is expected to be completed by July 2025. Working capital funds (Navy) in the amount of $9,754,990 are obligated for fiscal 2020 and fiscal 2021 and will expire at the end of the fiscal years. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-3511). Global, a 1st Flagship Co.,* Newport Beach, California, is awarded an $8,912,327 modification to cost-plus-fixed-fee contract N00024-17-C-4404 to exercise Option Period Three. This contract includes options which, if exercised, will bring the cumulative value of this contract to $60,737,344. Currently, the total value of the base, Option Period One, and Option Period Two is $41,290,787. The contract is to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command (NAVSEA) Inactive Ship Maintenance Office, Bremerton, Washington. Work will be performed in Bremerton, Washington, and San Diego, California. This option exercise is for services and material necessary to operate and maintain all vessels assigned to the NAVSEA Inactive Ship Maintenance Office, Bremerton, Washington. Services include receipt, inspection, survey, maintenance and disposal of vessels. In addition, the contractor may perform structural, mechanical and electrical repairs. Work is expected to be completed by August 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $2,651,310 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. ARMY BFBC LLC, Bozeman, Montana, was awarded a $57,738,442 modification (P00014) to contract W912PL-19-C-0014 to design and construct approximately nine miles of three-phase power distribution, lighting, closed-circuit television camera, linear ground detection system and shelters for the Barrier Wall Project. Work will be performed in Yuma, Arizona, with an estimated completion date of June 29, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $57,738,442 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Amentum Services Inc., Germantown, Maryland, was awarded a $15,000,000 modification (000271) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Ad HOC Research Associates,* Havre de Grace, Maryland, was awarded an $11,040,092 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract to provide support for the Cyber Battle Lab, Capabilities Development Integration Division, Futures and Concept Center, Army Futures Command development and experimentation in support of all areas of cyber electromagnetic activities to include cyberspace operations, electronic warfare, Department of Defense Information Network-Army (DODIN-A), and information operations. Bids were solicited via the internet with 12 received. Work will be performed at Fort Gordon, Georgia, with an estimated completion date of July 27, 2025. No funding was obligated at time of award. Funding will be obligated by delivery orders under the contract. Mission and Installation Contracting Command-Fort Gordon, Fort Gordon, Georgia, is the contracting office (W91249-20-D-0006). Kiewit Infrastructure South, Omaha, Nebraska, was awarded a $7,015,443 firm-fixed-price contract to restore the North Jetty at Ponce de Leon Inlet, Volusia County, Florida. Bids were solicited via the internet with three received. Work will be performed in Ponce de Leon, Florida, with an estimated completion date of Feb. 10, 2022. Fiscal 2020 civil construction funds in the amount of $7,015,443 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0008). AIR FORCE Hologic Inc., Marlborough, Massachusetts, has been awarded a firm-fixed-price, undefinitized contract action with a price ceiling of $7,597,607 to build and validate equipment used in manufacturing of COVID-19 testing consumables intended to expand domestically manufactured test availability in the U.S. The contractor will provide all necessary personnel, supervision, management, tools, equipment, transportation, materials and any other items or services necessary to meet the deliverables in accordance with the contract, as well as with commercial and local standards. Work will be performed in San Diego, California; Marlborough, Massachusetts; and Menomonie and Somerset, Wisconsin, and is expected to be completed Jan. 31, 2021. This award is the result of a sole-source acquisition under Unusual and Compelling Urgency authority. Fiscal 2020 other procurement funds in the amount of $423,522 were obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8641-20-C-0002). (Awarded July 25, 2020) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2291605/source/GovDelivery/

Toutes les nouvelles