19 avril 2021 | International, Naval

Babcock awarded Asset Availability Service contract continuing in-service support to Phalanx Close Weapon System

Phalanx CIWS is a rapid-fire, computer-controlled radar and 20mm Gatling gun system and is the Royal Navy’s primary defence for ships against the threat of anti-ship missiles.

https://www.epicos.com/article/692046/babcock-awarded-asset-availability-service-contract-continuing-service-support

Sur le même sujet

  • Naval Group and PT PAL have signed a contract with Indonesia for 2 locally built Scorpène® Evolved Full LiB submarines

    2 avril 2024 | International, Naval

    Naval Group and PT PAL have signed a contract with Indonesia for 2 locally built Scorpène® Evolved Full LiB submarines

    In accordance with the Defence Cooperation Agreement signed between the governments of France and Indonesia in August 2021, the Indonesian authorities have chosen Naval Group and PT PAL for their...

  • Contract Awards by US Department of Defense - March 02, 2020

    3 mars 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - March 02, 2020

    DEFENSE INTELLIGENCE AGENCY Applied Research Associates, Albuquerque, New Mexico (HHM402-20-D-0007); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-20-D-0008); CACI NSS Inc., Reston, Virginia (HHM402-20-D-0009); Centauri LLC, Chantilly, Virginia (HHM402-20-D-0010); General Dynamics Information Technology Inc., Herndon, Virginia (HHM402-20-D-0011); Northrop Grumman Systems Corp., Cincinnati, Ohio (HHM402-20-D-0012); and Radiant Geospatial Solutions, Gaithersburg, Maryland (HHM402-20-D-0013), were awarded a five-year indefinite-delivery/indefinite-quantity (IDIQ), multiple-award contract called DORE2 with a combined ceiling value of $990,000,000. Through this award, the Defense Intelligence Agency (DIA) will procure Data Science, Operations, Requirements, Exploitation and Engineering (DORE2) services to support DIA Directorate for Science and Technology missions. Work will be performed at contractor facilities and at government facilities in the National Capital Region with an estimated completion date of March 1, 2025. The contract was awarded through a full and open solicitation and eight offers were received. Each company will receive a $10,000 minimum guarantee. Task Orders (TO) will be issued competitively under this IDIQ which will allow for the following TO contract types: firm-fixed-price; fixed price, level of effort term; fixed-price incentive (FPI includes firm and successive targets; fixed-price-award-fee; cost-plus incentive-fee; cost-plus-award-fee; cost-plus-fixed-fee term and completion; and time-and-material or labor hour). The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. NAVY Andromeda Systems Inc.,* Virginia Beach, Virginia, is awarded an $89,104,038 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides reliability-centered maintenance for service aircraft, engines, systems (weapons, aircrew escape, avionics and electrical systems), support equipment (avionics support equipment, non-avionics support equipment and aircraft launch/recovery equipment), and a Fleet Readiness Center/depot plant equipment to include modifications during all life cycle phases and levels of maintenance. Work will be performed in various locations within the continental U.S. and is expected to be completed by March 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small-business set-aside and competitively procured via Federal Business Opportunities; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0028). Architecture, Engineering, Consulting, Operations, and Maintenance (AECOM) Technical Services Inc., Los Angeles, California, is being awarded a $75,000,000 maximum amount, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for preparation of Navy and Marine Corps facilities' planning and environmental documentation in the Naval Facilities Engineering Command (NAVFAC) Europe, Africa, Central (EURAFCENT) area of operations (AO). Work will be performed at various locations within the NAVFAC/EURAFCENT/AO to include but not limited to: Naples, Italy; Sigonella, Italy; Souda Bay, Greece; Manama, Kingdom of Bahrain; Djibouti, Africa; Rota, Spain; and Vicenza, Italy. The work to be performed provides for design projects including, but not limited to: administration buildings, religious facilities, community buildings, dining facilities, recreational facilities, security buildings, child development centers, bachelor quarters, Navy lodges, airfield facilities, waterfront facilities, operational facilities, base housing, water treatment facilities and associated work, central plant utility system upgrades and other infrastructure. No task orders are being issued at this time. The term of the contract is not to exceed 60 months with an expected completion date of February 2024. Contract funds are fiscal 2020 operations and maintenance, Navy (O&M, N). Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC EURAFCENT, Naples, Italy, is the contracting activity (N33191-20-D-0605). Vernadero Group Inc.,* Phoenix, Arizona (N62473-20-D-0021); Gulf South Research Corp.,* Baton Rouge, Louisiana (N62473-20-D-0022); BioResource Consultants Inc.,* Ojai, California (N62473-20-D-0023); and Hercules JV,* Yuma, Arizona (N62473-20-D-0024), are awarded a combined $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for natural resources-related services at various locations within Naval Facilities Engineering Command (NAVFAC) Southwest's area of operations (AO), including but not limited to: California (94%); Arizona (1%); Colorado (1%); Nevada (1%); New Mexico (1%); Oregon (1%); and Washington (1%). The work to be performed provides natural resources-related services for botanical, ornithological, mammal, amphibian, reptile and invertebrate surveys, wetlands delineations, biological monitoring, soil sampling and analysis, natural resources and fire management plans, native plant community planning and restoration, wildland erosion control plans, research and analysis of the effects of military training or similar extensive land uses (e.g. off-road vehicle use) for natural resources on the species, community and landscape scale. Use of this information will predict ecological trends, natural resource and model development for land use (including both conceptual and mathematical modeling through aerial photo interpretation), use of natural resources in non-urban areas, geographic information systems and for the preparation of interpretive materials (e.g. informational pamphlets and signage). The maximum dollar value, including the one two-year base period and one three-year option period for all four contracts combined is not to exceed $30,000,000. The term of the contract is not to exceed 60 months and is expected to be complete by February 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $20,000 are being obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. This contract was competitively procured via the Federal Business Opportunities website and six proposals were received. The four contractors may compete for the task orders under the terms and conditions of the awarded contract. NAVFAC Southwest, San Diego, California, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $18,350,860 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93%); and Schenectady, New York (7%). Fiscal 2020 other procurement for shipbuilding and conversion (Navy) funding in the amount of $18,350,860 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 with only one responsible source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Textron Aviation Inc., Wichita, Kansas, is awarded a $14,291,437 modification (P00005) to a previously awarded firm-fixed-price contract (N00019-17-C-0004) and provides modification for the production and delivery of one King Air 350C Cargo Slick aircraft modified to a UC-12W. Work will be performed in Wichita, Kansas, and is expected to be completed in March 2021. Fiscal 2020 aircraft procurement funds in the amount of $14,291,437 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. Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $9,627,065 cost-plus-fixed-fee order (N00019-20-F-0532) against a previously issued basic ordering agreement (N00019-19-G-0008). This order procures program management support to execute the planning, procurement and delivery of initial aircraft spares in support of the F-35 Air Force, Marine Corps and Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers operational aircraft. Work will be performed in Fort Worth, Texas, and is expected to be complete in December 2020. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $3,833,787; fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,374,818; non-DoD participant funds in the amount of $2,225,726; and FMS funds in the amount of $1,192,734 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. Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $7,272,135 modification (P00007) to a previously awarded, cost-plus-fixed-fee delivery order (N00019-18-F-0016) against basic ordering agreement (N00019-17-G-0002). Work will be performed in Fort Worth, Texas (84%); Ridley Park, Pennsylvania (5%); Patuxent River, Maryland (4%); Fort Walton Beach, Florida (4%); and Amarillo, Texas (3%), and is expected to be completed in May 2021. This modification provides additional funding to support non-recurring engineering and the associated efforts required to incorporate optimized wiring and structural improvements on the nacelle into the V-22 aircraft production line and retrofit of fleet aircraft during depot level maintenance and supports Navy, Marines Corps, Air Force and the government of Japan. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,312,376; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $1,133,645; fiscal 2018 aircraft procurement (Navy) funds in the amount of $1,088,396; and Foreign Military Sales funds in the amount of $737,718 will be obligated at time of award, $1,088,396 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MISSILE DEFENSE AGENCY Northrop Grumman Systems Corp., Redondo Beach, California, is being awarded a $20,808,229 modification (P00374) to a previously awarded F04701-02-C-0009 contract to exercise an option period. The value of this contract is increased from $1,921,265,055 to $1,942,073,285. Under this modification, the contractor will provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The work will be performed at the Missile Defense Space Center, Colorado Springs, Colorado; and at Northrop Grumman Systems Corp., Redondo Beach, California. The performance period is from April 1, 2020, to March 31, 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $13,811,905 is certified available for modification award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity. U.S. TRANSPORTATION COMMAND Three companies were awarded Option Year One modifications under the following master lease contract, indefinite-delivery/indefinite-quantity, fixed price contracts: SeaCube Leasing International Inc., Woodcliff Lake, New Jersey (HTC711-19-D-R008); Textainer Equipment Management, San Francisco California (HTC711-19-D-R009); and Triton Container International Limited, Hamilton HM 12, Bermuda (HTC711-19-D-R-010). The companies are eligible to compete at the task order level for an option year estimated amount of $17,253,689. This modification provides for intermodal equipment leasing and transportation services, and related container support functions, to include interfacing with government systems to meet the government missions and exercises. Work will be performed on a global basis. Option Year One period of performance is March 1, 2020, to Feb. 28, 2021. This modification brings the total cumulative estimated face value of the contract to $33,480,935 from $16,227,246. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Feb. 28, 2020) ARMY Dawson Technical Inc.,* San Antonio, Texas, was awarded a $14,719,129 firm-fixed-price contract to provide total facilities operation and maintenance for the Army Chemical Defense Training Facility, Fort Leonard Wood, Missouri. Bids were solicited via the internet with two received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of March 31, 2025. Fiscal 2020 operations and maintenance, Army funds in the amount of $14,719,129 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S7-20-C-0003). EMC Inc.,* Grenada, Mississippi (W912HY-20-D-0013); and Florabama Geospatial Solutions LLC,* Defuniak Springs, Florida (W912HY-20-D-0014), will compete for each order of the $10,000,000 firm-fixed-price contract for architect and engineering services for professional surveying and mapping services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 1, 2025. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity. AIR FORCE General Electric Co.-GE Research, Niskayuna, New York, has been awarded a $10,431,151 cost-type contract for Rapid Assurance Curation Kit (RACK) software. This contract provides for the research, development and demonstration of the RACK software to enable certifiers to rapidly determine system risk acceptability. This effort will provide a common evidence representation and efficient ingestion Application Programming Interface, automatic feedback to evidence providers, automatic decomposition of evidence, a polystore that organizes diverse evidence items, the ability to accept and store provenance metadata and an efficient query interface. The location of performance is Niskayuna, New York, and work is expected to be complete by March 2, 2024. This award is the result of a competitive acquisition and 34 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $470,444 are being obligated at time of award; this is not a multi-year contract. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0203). DEFENSE LOGISTICS AGENCY Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $10,073,708 firm-fixed-price delivery order (SPRPA1-20-F-LW09) against a five-year basic ordering agreement (SPRPA1-15-G-003X) for fuel tanks for the F/A-18 aircraft. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is Georgia, with a Nov. 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contract announced on Feb. 28, 2020, for Rosenbauer America LLC, Lyons, South Dakota (SPE8EC-20-D-0055) was announced with an incorrect award date. The correct award date is March 2, 2020. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2099625/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 07, 2020

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

    Contract Awards by US Department of Defense - August 07, 2020

    AIR FORCE United Launch Services LLC, Centennial, Colorado, has been awarded task orders for $337,000,000 for the National Security Space Launch (NSSL) Phase 2 contract. The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurements supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission. Work will be performed in Centennial, Colorado; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028. Future launch services and launch service support will be placed annually on subsequent task orders, and will be publically announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $337,000,000 will be obligated in the first order year for launch service and launch service support task orders to United Launch Services. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-D-0001). Space Exploration Technologies Corp., Hawthorne, California, has been awarded task orders for $316,000,000 for the National Security Space Launch (NSSL) Phase 2 contract. The NSSL Phase 2 contract is a firm-fixed-price, indefinite-delivery requirements contract for launch service procurements supporting launches planned between fiscal 2022 through fiscal 2027. This launch service contract includes early integration studies, launch service support, fleet surveillance, launch vehicle production, mission integration, mission launch operations, mission assurance, spaceflight worthiness, and mission unique activities for each mission. Work will be performed in Hawthorne, California; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed March 2028. Future launch services and launch service support will be placed annually on subsequent task orders, and will be publically announced upon issuance. This award is the result of a competitive acquisition, and four offers were received. Fiscal 2020 space procurement funds in the amount of $316,000,000 will be obligated in the first order year for launch service and launch service support task orders to Space Exploration Technologies Corp. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA2211-20-D-0002). BAE Systems Information and Electronic Systems Integration, Greenlawn, New York, has been awarded an estimated $144,000,000 five-year firm-fixed-price requirements contract for common avionics and electronic components applicable to B1-B, ASQ-151, APX-113, ALQ-172, USM-464, AN/ALQ-155, ALQ-161, USM-638, B-52 platforms. This contract provides for sustainment of spares/buys, repairs and engineering services related to various systems and components that are sole source to BAE. Work will be performed in Greenlawn, New York; San Diego, California; and Nashua, New Hampshire, and is expected to be completed March 22, 2026. This award is the result of a sole-source acquisition. Fiscal 2020 Consolidated Sustainment Activity Group funds will be used, but no funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-20-D-0008). J G Contracting, Nipomo, California, has been awarded a $55,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for simplified acquisition of base engineering requirements. The contract provides all management, labor, material, equipment, transportation, supervision and minimal designs to accomplish numerous, concurrent projects for a broad range of maintenance, repair and minor construction work. Work will be performed at Edwards Air Force Base, California; and Air Force owned/operated facilities located at Plant 42 in Palmdale, California, and is expected to be completed July 31, 2025. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $142,743 are being obligated at the time of award. The Directorate of Contracting, Edwards AFB, California, is the contracting activity (FA9301-20-D-0004). Apogee Research LLC,* Arlington, Virginia, has been awarded a $41,663,526 cost-plus-fixed-fee modification (P00001) to contract FA8750-20-C-1510 for deliverables that include software and technical reports. The contract modification is for the development and testing of technologies to enable the transition of system technology integration tool chain for heterogeneous electronic systems. This will allow capabilities to rapidly integrate into new mission capabilities for interoperability within and across Department of Defense platforms. Work will be performed in Arlington, Virginia; Menlo Park, California; Woburn, Massachusetts; and Malden, Massachusetts, and is expected to be completed July 31, 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $489,650 are being obligated at the time of award. Total cumulative face value of the contract is $48,250,998. Air Force Research Laboratory, Rome, New York, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $21,948,817 cost-plus-award-fee task order under the ground subsystems sustainment contract for the Minuteman III Fast Rising B-Plug service life extension. Work will be performed in Layton, Utah, and is expected to be completed Nov. 17, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,356,951 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-20-F-0077). NAVY BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded an $83,501,649 firm-fixed-price contract for the execution of USS Carney (DDG 64) fiscal 2020 extended dry-docking selected restricted availability and the USS Winston Churchill (DDG 81) fiscal 2021 depot modernization period. These availabilities will include a combination of maintenance, modernization and repair for both the USS Carney and USS Winston Churchill. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $211,604,822. Fiscal 2020 operations and maintenance (Navy); and other procurement (Navy) funding in the amount of $83,501,649 are obligated at time of award, $66,389,135 of which will expire at the end of the current fiscal year. Work will be performed in both Jacksonville, Florida, and is expected to be complete by July 2022. This contract was competitively solicited via the Federal Business Opportunities website with one offer received in response to Solicitation No. N00024-19-R-4468. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $77,400,000 undefinitized contract modification (P00041) to previously awarded cost-plus-fixed-fee contract N00019-17-C-0001. This modification provides for the development and installation of flight test instrumentation on one F-35B Lot 14 aircraft and one F-35C Lot 14 aircraft for government testing in support of the F-35 program. Work will be performed in Fort Worth, Texas (65%); Palmdale, California (32%); Grenaa, Denmark (2%); and Hoogerheide, Netherlands (1%), and is expected to be completed in June 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $23,255,516; and non-Department of Defense funds in the amount of $6,088,968 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. Black Construction-Tutor Perini JV, Barrigada, Guam, is being awarded firm-fixed-price task order N62742-20-F-9924 at $44,093,863 under a multiple award construction contract for design and construction of explosive ordnance compound facilities at Naval Base Guam. The work to be performed provides for the design and construction of a consolidated operations facility, maintenance facility, armory and multipurpose/training facility. The options, if exercised, provide for a civil engineering support equipment canopy, a service craft and boat accounting report canopy, electronic security systems, audiovisual equipment, furniture fixtures and equipment, munitions and explosives of concern and material potentially presenting an explosive hazard work and additional concrete piles. The task order also contains eight unexercised options, which if exercised, would increase cumulative task order value to $50,937,800. Work will be performed in Apra Harbor, Guam, and is expected to be completed by December 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $44,093,863 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, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-1328). PrimeTech International Inc.,* North Kansas City, Missouri, is being awarded a $19,185,938 firm-fixed-price, time-and-materials bridge contract for a six-month base period with three one-month option periods for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed June 2021. Fiscal 2020 overseas contingency operations funds in the amount of $12,623,942; and operations and maintenance funds (Marine Corps) in the amount of $161,657.82 will be obligated at the time of award and funds will be made available for each option period which will 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 Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-P-2004). Pole/Zero Acquisition Inc., West Chester, Ohio, was awarded an $8,858,994 modification (P00005) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N68335-18-D-0050. This modification increases the ceiling of the contract to provide for the production and delivery of up to 12 additional Ultra High Frequency (UHF) Antenna Interface Units (AIUs); 22 Very/Ultra High Frequency (V/UHF) AIUs; 12 UHF AIU Communications Tray (COMM-Tray); and 18 V/UHF AIU COMM-Tray assemblies and subassemblies in support of the P-8A aircraft. Work will be performed in West Chester, Ohio, and is expected to be completed in March 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. (Awarded July 27, 2020) DEFENSE HEALTH AGENCY Ernst & Young LLP, New York, New York (HT0011-16-F-0014), was awarded a fourth year option to a five year contract (one-year base and four option periods) with an estimated value of $61,223,977 to support the Defense Health Agency (DHA) with a period of performance from Aug. 8, 2020, through Aug. 7, 2021. This non-personal services contract provides audit readiness support. The contractor provides all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform audit readiness support. The Financial Operations Directorate (J-8), Defense Health Program Financial Reporting & Compliance Division has a continuing need for the services. Exercising the fourth option is the most advantageous method of fulfilling the government's need with regards to price efficiency, past performance and experience. Ernst & Young's performance is satisfactory and fulfills the contract's needs. The fourth year option will be funded with fiscal 2020 operations and maintenance funding in amount of $13,218,137. The DHA Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. ARMY Rhoads Industries, Philadelphia, Pennsylvania, was awarded a $49,000,000 firm-fixed-price contract to furnish construction related industrial support services to the Naval Surface Warfare Center, Philadelphia Division. 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 Aug. 6, 2025. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-D-0009). Duopross Meditech Corp.,* Farmingdale, New York, was awarded a $48,310,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. V Bids were solicited via the internet with 16 received. Work will be performed in Farmingdale, New York, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $48,310,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0045). (Awarded Aug. 3, 2020) Bates Engineers/Contractors Inc.,* Bainbridge, Georgia, was awarded a $46,000,000 firm-fixed-price contract for rehabilitation/modernization of buildings, new building construction, demolition, paving, grading, drainage, excavation, clearing and grubbing, utility work of all types, environmental permitting related to construction, incidental design related to construction efforts, site safety and health efforts and field investigations related to construction projects for the North Alabama Area Office Region. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0072). Pacific Federal Contractors LLC, Honolulu, Hawaii, was awarded a $20,402,508 firm-fixed-price contract for construction of a single 61,800 square-foot hangar bay addition at Joint Base Pearl Harbor-Hickam. Bids were solicited via the internet with two received. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of March 6, 2022. Fiscal 2019 military construction (Air Force) funds in the amount of $20,402,508 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity (W912J6-20-C-0001). Cardinal Health Inc., Dublin, Ohio, was awarded a $14,826,870 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Dublin, Ohio, with an estimated completion date of Aug. 3, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $14,826,870 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0044). (Awarded Aug. 4, 2020) J. F. Brennan Company Inc.,* La Crosse, Wisconsin, was awarded a $13,617,770 firm-fixed-price contract for dredging of Duluth-Superior Harbor. Bids were solicited via the internet with three received. Work will be performed in Superior, Wisconsin, with an estimated completion date of Nov. 22, 2022. Fiscal 2020 civil construction funds in the amount of $13,617,770 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911XK-20-C-0017). Gold Coast Medical Supply L.P.,* Camarillo, California, was awarded a $13,575,307 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Camarillo, California, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $13,575,307 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0047). (Awarded Aug. 3, 2020) HTL-Strefa Inc.,* Marietta, Georgia, was awarded a $12,330,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Marietta, Georgia, with an estimated completion date of Aug. 2, 2021. Fiscal 2020 public health and social services emergency funds in the amount of $12,330,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0049). (Awarded Aug. 3, 2020) Quality Impact Inc.,* Foster City, California, was awarded an $8,800,000 firm-fixed-price contract for safety needles/syringes in support of the COVID-19 pandemic response and Operation Warp Speed. Bids were solicited via the internet with 16 received. Work will be performed in Foster City, California, with an estimated completion date of Aug. 2, 2021. V Fiscal 2020 public health and social services emergency funds in the amount of $8,800,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-20-C-0050). (Awarded Aug. 3, 2020) CORRECTION: The 50,998,450 firm-fixed-price contract announced on July 31, 2020, to Duke Energy Progress LLC, Raleigh, North Carolina (W9124J-20-F-0052), to furnish financing, personnel, management, supplies, equipment, transportation and any other items and services not government furnished to install the energy conservation measures to meet Fort Bragg's energy goals and objectives, was actually awarded on Aug. 6, 2020. U.S. SPECIAL OPERATIONS COMMAND Airbus DS Military Aircraft Inc., Mobile, Alabama, was awarded a $10,000,000 maximum ceiling firm-fixed-price contract (H92241-20-C-0005) in support of U.S. Army Special Operations Aviation Command for the sustainment and modernization of five CASA 212-200 CC60 aircraft with new avionics suites and aircraft maintenance refreshes. Fiscal 2020 operations and maintenance funds in the amount of $8,759,134 are being obligated at the time of award. The majority of the work will be performed in Mobile, Alabama, and is expected to be completed by August 2023. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2305454/source/GovDelivery/

Toutes les nouvelles