13 janvier 2024 | International, Aérospatial
6 octobre 2022 | International, Terrestre
BAE Systems has received a five-year, $383 million contract from the U.S. Army to perform technical and sustainment support services for its fleet of Bradley Fighting Vehicles and M993 Multiple...
13 janvier 2024 | International, Aérospatial
10 octobre 2018 | International, Terrestre
By: Jen Judson WASHINGTON — The Army seemed geared toward holding a rapid competition to buy a Ground Mobility Vehicle in 2016, but the plan was delayed without much explanation in favor of buying an interim vehicle already in use by special operations forces. Buying the GMV was a top priority following the fall 2015 release of the Army's Combat Vehicle Modernization Strategy, which called for such a vehicle in future and current operations. After a competition never materialized, however, rumors began to swirl that the Army may decide to buy more of the U.S. Special Operations Command's GMV — General Dynamics Ordnance and Tactical Systems' Flyer 72 — even after the service had spent several years prior testing a wide variety of commercial off-the-shelf options. But Congress spurred the effort in its fiscal 2018 defense policy bill, mandating the Army hold a competition and move forward with a program. The Program Executive Office Combat Support and Combat Service Support's product lead for the GMV has quietly stated on its website that the Army plans to pursue a competition for the GMV — calling it an Infantry Squad Vehicle — as a formal program of record. The office states that it is projected to enter into a production contract in fiscal 2020 to procure 2,000 vehicles, roughly a year later than originally planned. The Army took a big step forward on Sept. 24, releasing a market survey to industry, via the Federal Business Opportunities website, soliciting offerings for an Infantry Squad Vehicle. The notice states the service is looking for a vehicle that provides mobility for a nine-soldier infantry squad as well as its associated equipment to “move around the close battle area.” The vehicle should be lightweight, highly mobile and transportable “by all means” to include CH-47 Chinook cargo helicopters, UH-60 Black Hawk utility helicopters and by Low Velocity Air Drop. Responses to the solicitation are due on Oct. 26. While the Army has already bought quantities of the SOCOM vehicle for five airborne infantry brigade combat teams, other companies have continued to wait in the wings for the possibility to compete. And the pool of readily available ultralight vehicles is deep. In addition to GD's Flyer, these vehicles all participated in vehicle demonstrations at Fort Bragg, North Carolina, in 2014: Boeing-MSI Defense's Phantom Badger. Polaris Defense's air-transportable off-road combat vehicle DAGOR. Hendrick Dynamics' Commando Jeep. Vyper Adamas' Viper. Lockheed Martin's High Versatility Tactical Vehicle, which is a version of the British Army's HMT-400 Jackal. The Army launched its new-start GMV program in 2017 as planned, based off the service's new combat vehicle modernization strategy released in 2016, which called for the capability. The Army planned to reach a full-rate production decision on a vehicle by the end of FY19. But then it decided to split GMV procurement into two phases in the FY18 budget request and, in the first phase, planned to exclusively buy 295 of GD's Flyers through a previously awarded contract with U.S. Special Operations Command. The second phase would open up into a competition to build 1,700 more GMVs. Procuring the GMV vehicles from SOCOM raised the unit cost of the vehicle higher than the unit cost of ones that would have been procured through competition, according to FY18 budget documents. https://www.defensenews.com/digital-show-dailies/ausa/2018/10/09/us-army-triggers-start-of-possible-ground-mobility-vehicle-competition-after-long-delay
3 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
NAVY General Dynamics Electric Boat Corp. (GDEB), Groton, Connecticut, is awarded a $22,209,893,409 fixed-price-incentive, multi-year modification to previously-awarded contract N00024-17-C-2100 for construction of nine Virginia-class submarines, eight with Virginia Payload Module (VPM), from fiscal 2019 to fiscal 2023. The contract modification includes spare material and an option for one additional submarine with VPM. If the option is exercised, the cumulative value of this contract will increase to $24,097,439,556. The awarded amounts include previously-announced material awards (including long-lead-time material and economic ordering quantity material) totaling $3,197,633,908. This contract modification is for the construction of the fifth block of Virginia-class submarines by GDEB and major subcontractor Huntington Ingalls Industries' Newport News Shipbuilding division, inclusive of design support and all efforts necessary to test and deliver each submarine. GDEB will continue to subcontract with Huntington Ingalls Industries' Newport News Shipbuilding division. Work will be performed in Newport News, Virginia (25%); Quonset Point, Rhode Island (21%); Groton, Connecticut (20%); Sunnyvale, California (8%); Norfolk, Virginia (1%); Bethlehem, Pennsylvania (1%); and Annapolis, Maryland (1%), with other efforts performed at various places throughout the U.S. below one percent (22%), and other places outside of U.S. below one percent (1%). Work is expected to be completed by August 2029. If the option is exercised, work is expected to be completed by February 2030. Fiscal 2017 and 2019 shipbuilding and conversion, Navy (SCN) funding in the amount of $3,155,793,018 will be obligated at time of award and will not expire at the end of the current fiscal year - funding: fiscal 2019 SCN (95%); fiscal 2017 SCN (5%). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $14,070,093 for modification of the second option under an indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Support Activity (NSA) Kingdom of Bahrain. After award of this option, the total cumulative contract value will be $44,363,284. 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 security operations, galley services, unaccompanied housing, facility management, emergency service requests, urgent service, routing service, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, utility management, wastewater, operate reverse osmosis water treatment system, chiller and transportation at NSA Kingdom of Bahrain. Work will be performed in NSA Kingdom of Bahrain. This option period is from December 2019 to November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds for $4,159,063 for non-recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4007). L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $9,999,144 firm-fixed-price modification (P00012) to a previously-awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-18-C-1030) to procure eight Common Data Link Hawklink AN/SRQ-4 systems for the MH-60R aircraft. Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022. Fiscal 2020 other procurement (Navy) funds in the amount of $9,999,144 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. AIR FORCE Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $988,832,126 definitization modification (PZ0010) to previously-awarded contract FA8681-18-C-0021 for Air-Launched Rapid Response Weapon critical design review, test and production readiness support. The contract modification will definitize the contract terms, specifications and price. Work will be performed at Orlando, Florida, and is expected to be completed Dec. 31, 2022. The total cumulative face value of the contract is $988,832,126. Fiscal 2020 research, development, test and evaluation funds are being obligated in the amount of $23,000,000 at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. GTA Containers Inc., South Bend, Indiana, has been awarded a $9,404,953 delivery order (FA8534-20-F-0003) against previously-awarded contract FA8533-16-D-0001 for collapsible fuel tank production. Work will be performed at South Bend, Indiana, and is expected to be completed by Jan. 31, 2022. The total cumulative face value of the contract is $24,507,563. Fiscal 2019 other procurement funds in the amount of $9,404,953 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. ARMY Fisher Sand and Gravel Co., Dickinson, North Dakota, was awarded a $399,962,000 firm-fixed-price contract to design-build border infrastructure along the southern perimeter of the Cabeza Prieta National Wildlife Refuge in Yuma County, Arizona. Five bids were solicited with three bids received. Work will be performed in Yuma, Arizona, with an estimated completion date of Dec. 30, 2020. Fiscal 2018 military construction, defense-wide funds in the amount of $268,072,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland District, Portland, Oregon, is the contracting activity (W912PL-20-C-0004). InSap Services Inc.,* Marlton, New Jersey, was awarded a $41,636,459 modification (BA02 44) to contract W91QUZ-11-D-0017 to provide personnel with technical experience to sustain the Army's Logistics Modernization Program. Work will be performed at Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 other procurement, Army funds in the amount of $7,961,225 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY Unisys Corp., Reston, Virginia, was awarded a single award indefinite-delivery/indefinite-quantity firm-fixed-price contract for Unisys Operating System 2200 capacity services. The place of performance will be at current Defense Information Systems Agency data centers. The contract ceiling is $80,457,160. The solicitation was issued as an other-than-full-and-open-competition action pursuant to the authority of 10 U.S. Code §2304(c)(1) and Federal Acquisition Regulation 6.302-1, with only one responsible source and no other supplies or services will satisfy agency requirements. Proposals were solicited via the Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website (www.beta.sam.gov). Only one proposal was received. The period of performance (PoP) consists of a one-year base period and two one-year options. The PoP for the base year is Dec. 1, 2019, through Nov. 30, 2020, and the option years follow consecutively through Nov. 30, 2022. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0002). (Awarded Dec. 1, 2019) DEFENSE LOGISTICS AGENCY AvKare Inc., Pulaski, Tennessee, has been awarded a maximum $11,727,127 firm-fixed-price requirements contract for potassium chloride tablets. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are Tennessee and Minnesota with a Dec. 1, 2020, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-20-D-0081). UPDATE: ADS Inc.,* Virginia Beach, Virginia (SPE8EH-20-D-0001), has been added as an awardee to the multiple award contract for fire and emergency services equipment, issued against solicitation SPE8EH-16-R-0001, and announced March 21, 2019. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2030017/source/GovDelivery/