13 septembre 2018 | International, Aérospatial

Australia Sees ‘Potential Upgrades’ For Super Hornets

CANBERRA—Upgrades to Boeing F/A-18F Super Hornets of the Royal Australian Air Force (RAAF) are a possibility, the defense department in Canberra said, without suggesting that any such move is under ...

Full article: http://aviationweek.com/defense/australia-sees-potential-upgrades-super-hornets

Sur le même sujet

  • Army tactical network office wants industry info on SATCOM as a service

    16 octobre 2020 | International, C4ISR

    Army tactical network office wants industry info on SATCOM as a service

    Andrew Eversden WASHINGTON — The U.S. Army's tactical network modernization office released a request for information Wednesday for commercial satellite communications as a service. The RFI, released by Program Executive Office Command, Control, Communications-Tactical, will give the Army tactical network team an improved understanding of existing industry best practices, technological advancements and innovative business models for commercially managed satellites that could replace the operating design of its logistics network, known as the sustainment tactical network. “We are looking to our industry partners to provide us with inventive approaches to meet our logistics transport capabilities needs,” said Col. Shane Taylor, the Army's project manager for Tactical Network (PM TN), in a press release. “This includes both end item material solutions, as well as what corresponding leasing cost models could look like to enable the Army to maximize capabilities while balancing long-term affordability.” Commercially managed SATCOM would be an improvement over the standard SATCOM capabilities because currently the Army must purchase all the hardware, software, maintenance and sustainment needs, along with other related capabilities, on independent, standalone contracts, the press release said. With SATCOM as a service, the PEO C3T will procure all the capabilities under a single contract, paying for each leased Very Small Aperture Terminal (VSAT) ground satellite terminal. "We want to deliver the right STN SATCOM capability at the right price, while keeping current with technology and ahead of obsolescence,” said Lt. Col. Natashia Coleman, product lead for Unified Network Capabilities and Integration. “To do that we need to better understand how and what industry can provide, what their different managed services models would look like, how they could each best support our hardware and support services requirements, and then compare that to the more traditional way we are providing the capability now and determine which would work best. “Whatever the outcome, taking the time upfront to review all of the options will enable us to deliver the best solution for the Army,” she added. According to Paul Mehney, communications director for PEO C3T, the program office expects industry to demonstrate their SATCOM as a service capabilities for engineer and operational assessment. Mehney said that the office will consider the companies' ability to provide and maintain terminals, obtain host nation agreements for use of bandwidth, provide a help desk to address network access issues, and technical support to users and VSAT systems. Mehney also said that the logistics network modernization efforts aligns with increased capacity, resiliency and convergence goals of Capability Set '23, the next iteration of new network tools set to be delivered in fiscal 2023. “We are looking to incorporate STN design goals as part of CS23 and beyond; providing initial STN elements for CS23 (such as modernized VSAT and Local Transport capabilities) to support CS priorities over time,” Mehney said. Responses are due Nov. 6. https://www.c4isrnet.com/show-reporter/ausa/2020/10/14/army-tactical-network-office-released-rfi-for-satcom-as-a-service/

  • Contract Awards by US Department of Defense - August 27, 2020

    27 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - August 27, 2020

    ARMY Avon Protection Systems Inc., Cadillac, Michigan (W911SR-20-D-0001); and Canadian Commercial Corp., Ottawa, Canada (W911SR-20-D-0002), will compete for each order of the $127,200,000 firm-fixed-price contract to qualify and procure M61 canisters for the Joint Service General Purpose Mask. 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 Aug. 26, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded an $116,821,426 modification (P00064) to contract W91RUS-13-C-0006 for continued support of critical operation, maintenance and defense of Army communications, which supports the Army Operational Base Communications Information Systems and infrastructure in support of U.S. Central Command forces. Work will be performed in APO Kuwait, APO United Arab Emirates, APO Afghanistan, APO Jordan, APO Bahrain, APO Iraq and APO Qatar, with an estimated completion date of Feb. 28, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $73,992,653 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $115,752,117 cost-plus-fixed-fee contract for system engineering and technical assistance support for the Center of Excellence, Space and Missile Defense School. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-20-F-5002). Aptim Aecom Decommissioning, Alexandria, Virginia, was awarded a $42,861,305 hybrid (cost-plus-incentive-fee and firm-fixed-price) contract for decommissioning and disposal activities for the Stationary Medium Power Plant Number 1 Reactor Facility in Fort Belvoir. Bids were solicited via the internet with four received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Sept. 1, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $42,861,305 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0031). Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $12,364,000 firm-fixed-price contract furnishing all plant, labor, materials and equipment, and constructing the Upper Yazoo Projects in Tallahatchie County, Mississippi. Bids were solicited via the internet with two received. Work will be performed in Greenwood, Mississippi, with an estimated completion date of June 30, 2024. Fiscal 2020 civil construction funds in the amount of $12,364,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-C-0006). AIR FORCE Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract. This requirement is for a follow-on to continue performance of highly specialized technical services in support of product data systems, data management, migration processes and transformation initiatives. Work will be performed at Robins Air Force Base, Georgia, and is expected to completed May 9, 2024. This award is the result of a sole-source acquisition. The first order obligates fiscal 2020 operations and maintenance; and working capital funds in the amount of $19,847,079. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8571-20-D-0006). Olgoonik Enterprises LLC, St. Robert, Missouri, has been awarded a $75,000,000 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for the Fort Riley, Kansas; and McConnell Air Force Base, Kansas, Sunflower Simplified Acquisition Base Engineering Requirements (SABER) to maintain facilities and infrastructure at both bases. This award is the result of a competitive acquisition and seven offers were received. Task orders will be funded either by Army or Air Force operations and maintenance (O&M) funds. The initial task order for this contract was funded by Army O&M funds in the amount of $334,749. Work will be performed at Fort Riley, Kansas; and McConnell AFB, Kansas, and is expected to be completed Sept. 25, 2025. The 22nd Contracting Squadron, McConnell AFB, Kansas, is the contracting activity (FA4621-20-D-0002). NAVY Leidos Inc., Reston, Virginia, is awarded a $58,905,547 modification (P00004) to previously awarded cost-plus-fixed-fee contract N00019-19-C-0051. This modification provides for the development of Adaptive Radar Countermeasure (ARC) Software/Firmware (SW/FW) capabilities and integration of ARC SW/FW on the AN/ALQ-214A electronic countermeasure host. ARC SW/FW supplements F/A-18C-F survivability in the presence of radio frequency guided surface-to-air and air-to-air weapons systems. Work will be performed in Arlington, Virginia (50%); Clifton, New Jersey (25%); Goleta, California (10%); St. Louis, Missouri (10%); Raleigh, North Carolina (3%); and Huntsville, Alabama (2%), and is expected to be completed in February 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $13,894,969 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. DZSP 21 LLC, Marlton, New Jersey, is awarded a $50,794,396 cost-plus-fixed-fee contract with one three-month base period and one three-month option period for base operating support (BOS) services at Joint Region Marianas. Work will be performed at various locations on the island of Guam, and is expected to be completed by February 2021. The work will provide facility and BOS for the following services: management and administration, port operations, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force and Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 Defense Commissary Agency contract funds in the amount of $23,319,610 are obligated on this award, and all will expire at the end of the current fiscal year. This contract was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-20-C-3603). Nexagen Networks Inc.,* Morganville, New Jersey, is awarded a $45,970,509 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide subject matter expertise in the areas of program management; development management; operation support; systems engineering support; systems administration; information assurance; network security; configuration management; service desk support; web application development and technical writing in support of the management and operation of the coalition and allied programs and the Naval Tool for Interoperability and Risk Assessment under Naval Information Forces. The contract will include a five-year 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 value to $49,700,700. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by March 2026. Work will be performed in Suffolk, Virginia (60%); Norfolk, Virginia (20%); Honolulu, Hawaii (15%); and various continental U.S. locations (5%). Fiscal 2020 operations and maintenance (Navy) (OMN) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Annual OMN funds will be obligated as individual task orders are issued. This contract was competitively procured as a small business set-aside pursuant to the authority set forth in Federal Acquisition Regulation 16.504 and solicited through Navy Electronic Commerce Online and the Federal Business Opportunities websites, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0027). Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $35,317,218 cost-plus-incentive-fee order (N00019-20-F-0358) against basic ordering agreement N000019-19-G-0029. This order procures labor and hardware for the development of preliminary software for Phase 2 Network Enabled Weapons (NEW) capabilities. Specifically, this order provides software coding, testing and integration of NEW into a software development branch of the MH-60R/S software configuration with a merge into MH-60R/S fleet release baseline after the capability has established maturity. Work will be performed in Owego, New York, and is expected to be completed in August 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,761,000 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. RQ Construction LLC, Carlsbad, California, is awarded a $33,146,000 firm-fixed-price task order (N62473-20-F-5288) under a multiple award construction contract for the design and construction of a new child development center (CDC) complex at Marine Corps Air Station (MCAS) Miramar. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $33,327,250. The work to be performed provides for two single story CDC facilities for infants, pre-toddlers, toddlers and pre-school aged children of military and authorized civilian personnel at MCAS Miramar. Combined total square footage for the two facilities shall not exceed 62,000 square feet. The CDC will provide adequate space for children between six weeks and five years of age. These two CDC facilities combined will provide an essential facility offering military personnel and authorized civilians and their families with full time, quality childcare and development for about 462 children. The new facilities will be single story reinforced concrete masonry unit, reinforced concrete foundation, slab on grade and composite steel deck, standing seam metal roof over metal deck and steel framing. Functional programmed spaces will include entrance vestibule, lobby, reception/sign-in, administration offices and work areas individual child activity rooms appropriately designed and sized for each children's age group, training room, staff break room, lactation room, central storage, restrooms for staff and public use, kitchen, laundry room, janitor's room, mechanical, electrical and telecommunication support spaces. Work will be performed in San Diego, California, and is expected to be completed by September 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $33,146,000 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. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5851). Mechanical Engineers of Hawaii Corp.,* Honolulu, Hawaii, is awarded an indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for design and engineering services for mechanical engineering projects and related projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for request for proposal (RFP) documentation for design-bid-build (DBB) mechanical engineering projects with associated multi-discipline architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Initial task order is being awarded at $281,952 for a DBB construction package, consisting of full plans, specifications, detailed cost estimate and other services to repair the Marine Corps Forces Pacific Telephone Exchange Building at Marine Corps Base Camp Smith. Work for this task order is expected to be completed by May 2022. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months with an expected completion date of August 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $281,952 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5034). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $9,885,076 combination firm-fixed-priced, indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Bridge Option Three under an IDIQ contract for base operating support services at Isa Air Base. After award of this bridge option, the total cumulative contract value will be $191,719,675. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services at Isa Air Base, Bahrain. Work will be performed in the Kingdom of Bahrain. This option period is from September 2020 to November 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Fiscal 2020 and 2021 operations and maintenance (Navy) contract funds in the amount of $9,885,076 for recurring and non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe, Africa, Central, is the contracting activity (N62470-14-D-6012). Raytheon Co., Space and Airborne Systems, El Segundo, California, is awarded an $8,357,826 modification (P00079) to previously awarded cost-plus-incentive-fee contract N00019-16-C-0002. This modification provides additional contractor logistics support maintainers for pre-operational support to facilitate logistics and maintenance activities in support of the Next Generation Jammer engineering and manufacturing development and test and evaluation activities. Work will be performed in Patuxent River, Maryland (49%); Point Mugu, California (38%); and Crane, Indiana (13%), and is expected to be completed in December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,357,826 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. DEFENSE LOGISTICS AGENCY Seiler Instrument and Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $8,972,159 firm-fixed-price, requirements contract for production of the panoramic telescope. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Missouri, with an Aug. 31, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0127). Campbellsville Apparel Co., Campbellsville, Kentucky, has been awarded a maximum $7,709,600 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-16-D-1083) with four one-year option periods for undershirts and moisture wicking t-shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a Sept. 7, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Cobham Mission System, Davenport, Iowa, has been awarded a maximum $13,028,470 firm-fixed-price contract for oxygen concentrators. 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 four-year, two-month contract with no option periods. Location of performance is Iowa, with an Oct. 6, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-W070). UPDATE: JCB Inc., Pooler, Georgia (SPE8EC-20-D-0064), has been added as an awardee to the multiple award contract announced on Aug. 29, 2017, for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2327934/

  • Contract Awards by US Department of Defense - July 17, 2020

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

    Contract Awards by US Department of Defense - July 17, 2020

    AIR FORCE Lockheed Martin Corp., Marietta, Georgia, has been awarded a $15,000,000,000 indefinite-delivery/indefinite-quantity contract for C-130J development, integration, retrofit and production activities for all C-130J variants. This contract provides flexibility to accommodate the broad enterprise of activities associated with the C-130J program. Work will be performed in Marietta, Georgia, and is expected to be completed July 16, 2030. This contract involves Foreign Military Sales and is the result of a sole-source acquisition. Fiscal 2018 and 2019 aircraft procurement funds in the amount of $3,300,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the primary contracting activity (FA8625‐20‐D‐3000). Leidos Inc., Arlington, Virginia, has been awarded a ceiling $30,000,000 indefinite-delivery/indefinite-quantity contract for high speed attack munitions research. The first task order will be for a $341,500 award under task order FA8651-20-F-1011. The five-year contract will support research and development, advancing state of the art in weapons airframe research to explore the impacts of complex flight environments on advanced weapon systems. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed August 2021 for the initial task order. Fiscal 2020 research, development, test and evaluation funds in the amount of $325,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-20-D-0011). DEFENSE LOGISTICS AGENCY Stryker Corp., doing business as Stryker Endoscopy, San Jose, California, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 52 offers received. This is a five-year base contract with one five-year option period. Location of performance is California, with a July 16, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0011). Stonewin LLC, Miami, Florida, has been awarded a minimum $7,775,696 modification (P00001) to a 54-month contract (SPE605-20-D-4522) with a six-month option period to increase funds for various types of fuel. This is a fixed-price with economic-price-adjustment contract under solicitation SPE605-20-R-0200. This modification increases the contract ceiling from $2,700,575 to $10,476,271. Locations of performance are Arizona, California, Florida, Nevada and Utah, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. U.S. SPECIAL OPERATIONS COMMAND Collins Aerospace Inc., Cedar Rapids, Iowa, was awarded a $126,000,000 maximum indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable contract (H92241-20-D-0002) in support of U.S. Special Operations Command (USSOCOM) for continued research, development, production and sustainment of the common avionics architecture system, avionics management system and cockpit management system used on Army special operations aircraft. Fiscal 2020 operations and maintenance funds in the amount of $346,082 were obligated at the time of award. The majority of the work will be performed in Cedar Rapids. The contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM, Tampa, Florida, is the contracting activity. NAVY Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $125,881,928 fixed-price, incentive fee modification to previously awarded contract N00024-16-C-5370 to exercise options for the Enterprise Air Surveillance Radar (EASR) low rate initial production (LRIP). Work will be performed in Marlborough, Massachusetts (76%); Andover, Massachusetts (18%); Sudbury, Massachusetts (5%); and Portsmouth, Rhode Island (1%). This option exercise is for the production of six EASR LRIP units; four AN/SPY-6(V)2 (air and missile defense radar) EASR rotator LRIP units; and two AN/SPY-6(V)3 EASR fixed-faced LRIP units. The AN/SPY-6(V)2 EASR rotator LRIP units will be deployed on the USS Bougainville (LHA-8); USS John C. Stennis (CVN-74); USS Richard M. McCool Jr. (LPD-29); and USS Harrisburg (LPD-30). The AN/SPY-6(V)3 EASR fixed-faced LRIP units will be deployed on USS John F. Kennedy (CVN-79); and USS Brooke (FFG-1). Work is expected to be completed by January 2023. Fiscal 2017, 2018 and 2020 shipbuilding and conversion (Navy) funding in the amount of $122,301,170 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Lockheed Martin Corp., Fort Worth, Texas, is awarded a $935,530,602 contract, which consists of an $895,531,143 not-to-exceed cost-plus-incentive-fee, cost-plus-fixed-fee, fixed-price-incentive-firm, firm-fixed-price undefinitized line item; and a $39,999,459 cost-plus-incentive-fee definitized line item. The undefinitized line items procure support equipment, autonomic logistics information system hardware, training systems, site activations and integrated contractor support for the F-35 Lightning II. Additionally, definitized line items on this contract support tasking that will result in improvements to the reliability, availability, maintainability and total ownership cost of the F-35 Lightning II for the Air Force, Marine Corps, Navy, non-Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida (76%); Fort Worth, Texas (10%); Redondo Beach, California (9%); Owego, New York (4%); and Samlesbury, United Kingdom (1%), and is expected to be completed by March 2026. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $205,656,772; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $153,835,313; non-DOD participant funds in the amount of 279,748,427; and FMS funds in the amount of $62,479,903 will be obligated at time of award. No funds will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0032). ARMY Bryan 77 Construction JV, Colorado Springs, Colorado (W912GB-20-D-0004); Framaco International Inc., Rye Brook, New York (W912GB-20-D-0005); Sociedad Espanola De Montajes Industriales SA, Madrid, Spain (W912GB-20-D-0006); Serka Taahhut Insaat Anonim Sirketi, Istanbul, Turkey (W912GB-20-D-0007); SKE SRL, Vicenza, Italy (W912GB-20-D-0008); and Zafer Taahhut Insaat Ve Ticaret Anonim Sirketi, Ankara, Turkey (W912GB-20-D-0009), will compete for each order of the $49,950,000 firm-fixed-price contract to provide design-build and design-bid-build construction services in Bulgaria and North Macedonia. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2025. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. South Dade Air Conditioning and Refrigeration Inc.,* Homestead, Florida, was awarded a $49,877,832 firm-fixed-price contract to provide all plant, labor, materials and equipment to provide road repair and paving in support of Fort Stewart and Hunter Army Airfield, Georgia. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of July 19, 2023. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-20-D-0007). Savi Technology Inc.,* Alexandria, Virginia, was awarded a $45,805,123 firm-fixed-price contract for active radio frequency identification transponder tags to track equipment worldwide. 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 July 16, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0034). Hughes Construction Services LLC,* Ozark, Alabama, was awarded a $45,000,000 firm-fixed-price contract for rapid-response temporary roofing projects in the continental U.S. coastal regions in the event of an emergency. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0037). General Dynamic Land Systems Inc., Sterling Heights, Michigan, was awarded a $44,415,556 modification (PZ0003) to contract W56HZV-20-F-0060 to procure improved fire control electronics units in support of the Abrams expedited active protection system-trophy. Work will be performed in Tallahassee, Florida, with an estimated completion date of Oct. 1, 2022. Fiscal 2020 weapons and tracked combat vehicles procurement (Army) funds in the amount of $44,415,556 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Southwest Valley Constructors, Albuquerque, New Mexico, was awarded a $22,303,760 modification (P00015) to contract W912PL-19-C-0015 to modify existing barrier wall electrical attributes, closed circuit television, linear ground detection system and shelters. Work will be performed in Lukeville, Arizona, with an estimated completion date of Sept. 7, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $22,303,760 were obligated at the time of the award. U.S. Army Corps of Engineers, Phoenix, Arizona, is the contracting activity. ESI Contracting Corp.,* Kansas City, Missouri, was awarded an $11,662,196 firm-fixed-price contract for Missouri River levee system repair. Bids were solicited via the internet with two received. Work will be performed in Brunswick, Missouri, with an estimated completion date of Feb. 1, 2022. Fiscal 2020 civil flood control and coastal emergencies funds in the amount of $11,662,196 were obligated at the time of the award. U.S. Army Contracting Command, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-1087). Great Lakes Dredge and Dock Co. LLC,* Oak Brook, Illinois, was awarded an $8,841,345 firm-fixed-price contract for maintenance dredging of the inland waterway C&D Canal federal navigation project. Bids were solicited via the internet with two received. Work will be performed in Chesapeake City, Maryland, with an estimated completion date of Jan. 29, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,841,345 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-C-0031). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, has been awarded an $11,196,098 cost-plus-fixed-fee contract to support a Defense Advanced Research Projects Agency program. Fiscal 2020 research and development funds in the amount of $5,600,000 are being obligated at the time of award with an estimated completion date of September 2021. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0139). Lockheed Martin Corp., Missiles and Fire Control, Grand Prairie, Texas, was awarded a cost-plus-fixed-fee contract to support the Operational Fires Integrated Weapon System Phase 3 program. This modification exercises the Contract Line Item Number 0005 option (valued at $7,451,558) for the development, building, integration, assembly, testing and checkout of the propulsion components for the Stage 2 section of the missile. Fiscal 2020 research and development funds in the amount of $1,000,000 are being obligated at the time of award. Work will be performed in Camden, Arkansas (50%); Huntsville, Alabama (45%); and Orange, Virginia (5%), with an estimated completion date of January 2022. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0038). (Awarded Jan. 10, 2020) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2278883/source/GovDelivery/

Toutes les nouvelles