25 octobre 2023 | International, Aérospatial

Boeing’s Air Force One charges now top $1.3 billion, drag down profits

A $482 million loss on the VC-25B Air Force One program helped sink Boeing's defense sector's profits and lead to a nearly $1 billion quarterly loss.

https://www.defensenews.com/industry/2023/10/25/boeings-air-force-one-charges-now-top-13-billion-drag-down-profits/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 01, 2021

    2 février 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 01, 2021

    NAVY Raytheon Technologies Corp., Pratt and Whitney, Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $290,704,534 cost-plus-incentive-fee, fixed-price incentive (firm target) contract. This contract provides material and support equipment for depot maintenance facilities, program administrative labor for non-recurring sustainment activities, mockup engines and modules for test cells, as well as supplies, services, and planning for depot activations in support of the F-35 Lightning II Program Lot 13 propulsion system for the Navy, Marine Corps, Air Force, non-Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Oklahoma City, Oklahoma (30%); East Hartford, Connecticut (22%); Cherry Point, North Carolina (10%); Indianapolis, Indiana (6.75%); Windsor, Connecticut (3.25%); Yuma, Arizona (1.25%); Norfolk, United Kingdom (1%); Leeuwarden, Netherlands (1%); various locations within the continental U.S. (3.75%); and various locations outside the continental U.S. (21%), and is expected to be completed in January 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $89,468,714; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $84,152,318; non-DOD participant funds in the amount of $45,225,342; and FMS funds in the amount of $15,886,074, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-C-0006). Crowley Government Services Inc., Jacksonville, Florida (N62387-15-C-2505) is awarded a $25,484,291 modification under a previously awarded firm-fixed-price contract to exercise a six month option period (P00128) for the operation and maintenance of five Navy ocean surveillance ships USNS Victorious (T-AGOS 19); USNS Able (T-AGOS 20); USNS Effective (T-AGOS 21); USNS Loyal (T-AGOS 22); and USNS Impeccable (T-AGOS 23), and missile range instrumentation ships USNS Invincible (T-AGM 24); and USNS Howard Lorenzen (T-AGM 25). This modification provides for the exercises of a six-month option period to the bridge contract that was awarded on July 22, 2020. Work will be performed at sea, world-wide beginning Feb. 1, 2021, and is expected to be completed by July 31, 2021. Working capital funds (Navy) in the amount of $25,484,291 are obligated for fiscal 2021 and will not expire at the end of the fiscal year. This bridge was not competitively procured and was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Military Sealift Command, Norfolk, Virginia, is the contracting activity. Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $14,184,813 cost-plus award-fee order N62786-21-F-0004, against previously awarded basic ordering agreement N00024-19-G-2313 to provide engineering and management services for LCS-21 post shakedown availability. Work will be performed in Mayport, Florida (37%); Moorestown, New Jersey (29%); Virginia Beach, Virginia (18%); Washington, D.C. (15%); and Baltimore, Maryland (1%), and is expected to be completed by July 2022. Fiscal 2015 shipbuilding and conversion (Navy) $5,339,694 funding will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. ARMY Ellume USA LLC, Valencia, California, was awarded a $250,000,000 firm-fixed-price contract to procure reliable home use testing without prescription requirements to meet the demand to respond to the ongoing COVID-19 pandemic. Bids were solicited via the internet with one received. Work will be performed in Valencia, California, with an estimated completion date of Feb. 1, 2022. Fiscal 2021 special funds in the amount of $250,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-21-9-0003). NIKA Technologies,* Rockville, Maryland (W912DY-21-D-0017); Health Facilities Solutions, San Antonio, Texas (W912DY-21-D-0021); Polu Kai Tidewater,* Falls Church, Virginia (W912DY-21-D-0020); Vali Cooper International, Covington, Louisiana (W912DY-21-D-0018); VW International Inc., Alexandria, Virginia (W912DY-20-D-0019); and The Outfit Inc., New Braunfels, Texas (W912DY-21-D-0016), will compete for each order of the $50,000,000 firm-fixed-price contract to provide medical project support services, facility support services, quantity verification and analysis services, project development support services and commissioning support services. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2026. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. AIR FORCE Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $96,932,957 delivery order (FA8504-21-F-0022) to contract FA8504-17-D-0002 for C-130J propulsion long-term sustainment. This order provides funding for Option IV. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed Jan. 31, 2022. Fiscal 2021 Special Operations Command operation and maintenance funds in the amount of $7,109,327; fiscal 2021 Air National Guard operation and maintenance funds in the amount of $22,126,544; fiscal 2021 Air Force Reserve operations and maintenance funds in the amount of $12,187,542; fiscal 2021 Air Force operation and maintenance funds in the amount of $54,486,354; and fiscal 2021 Special Operations Command research, development, test and evaluation funds in the amount of $1,023,191 are being obligated at the time of award. Total cumulative face value of the contract is $66,684,503. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity. Innovative Scientific Solutions Inc., Dayton, Ohio, has been awarded a not-to-exceed $44,195,532 indefinite-delivery/indefinite-quantity contract for Technology for Sustained Supersonic Combustion (TSSC). This is for the Technical Area 2 portion of TSSC. The mission of this TSSC effort focuses on development and evaluation of advanced aero propulsion systems and components, airframe structures, internal/external aerodynamics including integration into air vehicles, weapons and launch components with an emphasis on decreasing weigh and evaluating the effect of engine scale to determine operability, durability and performance. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed February 2028. This award is the result of a competitive acquisition and four offers were received. The first task order will be incrementally funded with fiscal 2020 research, development, test and evaluation funds in the amount of $20,000 at time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-21-D-2401). Cyber Systems and Services Solutions, Bellevue, Nebraska, has been awarded a $17,765,741 firm-fixed-price and cost-plus-fixed-fee modification (P0010) to contract FA8773-18-D-0002 to exercise Option Three for defensive cyber realization, integration and operational support services. Work will be performed at Joint Base San Antonio (JBSA)-Lackland, Texas, and is expected to be completed Feb. 28, 2022. This modification is the result of a competitive acquisition and seven offers were received. Fiscal 2021 operation and maintenance funds in the amount of $8,764,731 are being obligated at the time of award. The 38th Contracting Squadron, JBSA-Lackland, Texas, is the contracting activity. University of Toledo, Toledo, Ohio, has been awarded a $12,500,000 cost-reimbursement contract for “Photovoltaic Sheets for High-Specific-Power Space-Based Energy Harvesting (PVS-EH)”. This contract is to provide, develop and demonstrate the concept of PV “sheets” (PVS), consisting of modular, interconnect able, high-efficiency PV power sources fabricated on low-weight flexible substrates using scalable processing. Under this program, the contractor will further the effort to study and develop advanced materials, interfaces and electrical contacts for high efficiency and high specific power tandem thin film photovoltaic technologies to achieve lightweight solar sheet technologies that enable specific powers to exceed 1000 W/kg onboard spacecraft self- sensing, attribution and autonomy. Work will be performed in Toledo, Ohio, and is expected to be completed February 2026. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-21-C-0056). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $7,763,422 firm-fixed-price task order under the ground subsystems sustainment contract (FA8214-15-D-0001) for the Minuteman III Launch Control Center Block Upgrade production for the exercise of Option Year One of Malmstrom Wing I. Work will be performed in Ogden, Utah, and is expected to be completed Aug. 15, 2022. Fiscal 2021 missile procurement funds in the full amount are being obligated at the time of award. Total value of the task order after exercise of the previously mentioned option is $26,428,083. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-20-F-0071). CORRECTION: The contract modification (P00014) awarded to Gulfstream Aerospace Corp., Savannah, Georgia, Jan. 27, 2021, had an incorrect obligation amount. The operation and maintenance funds being obligated at the time of award should be $50,418,022, not $44,482,293 (FA8106-18-D-0002). DEFENSE LOGISTICS AGENCY Stryker Corp., Portage, Michigan, has been awarded a maximum $89,644,767 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for cranial and maxillofacial procedural packages and ancillary items. 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 one-year contract with four one-year option periods. Location of performance is Michigan, with a Jan. 31, 2022, ordering period end date. Using military services are Army, Navy and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0011). Exxel Outdoors LLC,* Broomfield, Colorado, has been awarded a maximum $55,760,612 firm-fixed-priced, indefinite-delivery/definite-quantity contract for three-season sleep systems and components. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Colorado, with a Jan. 28, 2022, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1439). SNC Manufacturing LLC,** Orocovis, Puerto Rico, has been awarded a maximum $41,007,805 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with eight responses received. This is a one-year contract with four one-year option periods. Location of performance is Puerto Rico, with a Jan. 31, 2022, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1413). *Small business **Small disadvantaged business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2489417/source/GovDelivery/

  • The French Army could have its first unmanned vehicle by 2025

    14 juin 2018 | International, Terrestre

    The French Army could have its first unmanned vehicle by 2025

    PARIS ― The French Army and government procurement office will begin talks this summer for the acquisition of a new light armored vehicle, dubbed VBAE, with a view to equipping the service by 2025, according to a program director at the Direction Générale de l'Armement procurement office. Among the capabilities to be considered are an unmanned, remote controlled VBAE, Erwan told journalists June 12 at the the indoor stand of the Armed Forces Ministry at the Eurosatory trade show for land weapons. Erwan is the first name of the program director, whose last name has been withheld for security reasons. If the VBAE is made to be controlled remotely, it would be the first unmanned vehicle for the French Army. That vehicle will replace the VBL light vehicle. Illustrating future operations, the ministry's stand displayed a brief video of a virtual combat simulation in 2035. The screening took place between prototypes of the Griffon troop carrier and Jaguar reconnaissance and combat vehicle. The entire display was meant to emphasize the importance of an integrated network and firepower. The DGA and the Army will spend a year in discussions, leading to a draft that will define the project. They will then consult industry for their responses to the requirement, he said. The companies that show interest will be invited to “show what they can do” by demonstrating their capabilities from 2020-2021. That work will be undertaken under a new “innovation partnership” between industry and the government. A selection of industrial partners is expected to produce a technology demonstrator by the end of 2022. If the ministerial investment committee approves this, contracts will then be awarded and a program launched. The aim is for delivery of the vehicle by 2025. The DGA and the Army are also discussing the requirement for a military engineering vehicle, dubbed MAC. This vehicle would be used to open up terrain, clear improvised explosive devices and mines, and allow troops to advance. Those talks are part of an attempt by the DGA to speed up arms programs and deliver kit much faster ― tasks set by Armed Forces Minister Florence Parly. The acquisition of VBAE and MAC are part of the Army Scorpion modernization program. Army Gen. Charles Beaudouin told the Defence Committee of the lower-house National Assembly on May 16 that he was looking for an “innovative approach” in the acquisition of VBAE. “Instead of defining a requirement, thinking about the specifications and then calling on industry, we want to speak immediately with DGA and industry,” he said. “We have high hopes of launching this program during the multiyear military budget law, and then perhaps — call me crazy — see the first delivery before the end of the law.” The National Assembly and Senate have approved the 2019-2025 military budget law, which pledges a total €295 billion (U.S. $348 billion) for support of the military services. That DGA briefing was part of a Thales presentation of its role in the Scorpion program, in which the company supplies extensive onboard vehicle electronics, software-defined radios and sensors. The aim is to install algorithms and artificial intelligence in the vehicle, aiming to deliver a “digital transformation” intended to reduce stress on the crew, a Thales executive said. The intention is to make the systems easy to use. https://www.defensenews.com/digital-show-dailies/eurosatory/2018/06/12/the-french-army-could-have-its-first-unmanned-vehicle-by-2025/

  • Contract Awards by US Department of Defense - mAY 8, 2019

    9 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - mAY 8, 2019

    ARMY BFBC, Bozeman, Montana (W9126G-19-D-0018); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0019); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0023); Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0026); Gibraltar-Caddell JV, Montgomery, Alabama (W9126G-19-D-0022); Fisher Sand & Gravel, Dickinson, North Dakota (W9126G-19-D-0027); Southwest Valley Constructors Co., Albuquerque, New Mexico (W9126G-19-D-0017); Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0024); Martin Brothers Construction,* Sacramento, California (W9126G-19-D-0028); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0021); Posillico Civil Inc. Coastal Environmental Group Inc., Farmingdale, New York (W9126G-19-D-0020); and CJW JV, Santa Ana, California (W9126G-19-D-0025), will compete for each order of the $5,000,000,000 firm-fixed-price contract for design-build, design-bid-build horizontal construction task orders in support of the Department of Homeland Security San Diego, El Centro, Yuma and Tucson Border Patrol sectors, and the U.S. Army Corps of Engineers South-Western Division and South Pacific Division. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of May 7, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Science and Engineering Services LLC,* Huntsville, Alabama (W58RGZ-19-D-0045); Y-Tech Services Inc.,* Huntsville, Alabama (W58RGZ-19-D-0046); and Tyonek Worldwide Services Inc.,* Madison, Alabama (W58RGZ-19-D-0047), will compete for each order of the $2,440,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract to provide modifications to aviation systems. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 3, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $16,951,622 firm-fixed-price contract for the Savannah Harbor oysterbed revetment repair, rock along the shoreline to prevent erosion, repairing the boat dock, and repairing the barge dock. Bids were solicited via the internet with eight received. Work will be performed in Hardeeville, South Carolina, with an estimated completion date of Sept. 29, 2020. Fiscal 2018 civil works; and operations and maintenance, Army funds in the amount of $16,951,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5003). Southeast Cherokee Construction Inc.,* Montgomery, Alabama, was awarded a $13,341,000 firm-fixed-price contract for Judge Advocate General School expansion. Bids were solicited via the internet with three received. Work will be performed in Montgomery, Alabama, with an estimated completion date of Nov. 20, 2020. Fiscal 2017 military construction funds in the amount of $13,341,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0017). NAVY ICF Inc. LLC, Fairfax, Virginia, is awarded a $330,714,321 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $802,045,896. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3409). Leidos Inc., Reston, Virginia, is being awarded a $304,326,147 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $741,278,402. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3410). Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $303,565,184 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $739,941,512. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3415). Parsons Government Services Inc., Pasadena, California, is awarded a $293,786,547 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $710,979,159. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3412). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $276,573,342 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $677,769,136. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3407). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $273,941,498 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $672,034,026. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3408). Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $273,242,902 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $673,172,297. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3411). Scientific Research Corp., Atlanta, Georgia, is awarded a $240,305,587 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $577,918,499. All work will be performed in San Diego, California, and is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3414). Science Applications International Corp., Reston, Virginia, is awarded a $234,743,621 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for professional technical and management support services to establish and maintain cyberspace operations and enable product lines, programs and projects to include interoperability of systems, services and capabilities at the tactical, operational and strategic levels. This is one of nine multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $569,177,650. All work will be performed in San Diego, California, and work is expected to be completed May 6, 2022. If all options are exercised, the period of performance would extend through May 6, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test, and evaluation (Navy); other procurement (Navy); operations and maintenance (Navy); and potential other funding to include Defense Working Capital Fund and Foreign Military Sales funding. This contract was competitively procured via request for proposal N66001-18-R-0001 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3413). Raytheon Co., Largo, Florida, is awarded a $15,267,422 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for design agent and engineering services efforts to support the Cooperative Engagement Capability (CEC). The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract includes options which, if exercised, would bring the cumulative value of this contract to $279,340,117. Work will be performed in St. Petersburg, Florida (95 percent); and Largo, Florida (5 percent), and is expected to be complete by September 2022. If all options are exercised, work will continue through April 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $8,009,206 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5200). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $15,264,314 for modification P00025 to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-14-C-0036). This modification increases the ceiling and period of performance of the contract. In addition, this modification increases the full-scale fatigue repair time on contract to achieve the required simulated flight hours. Work will be performed in El Segundo, California (59 percent); Melbourne, Florida (35 percent); and Bethpage, New York (6 percent), and is expected to be completed in May 2022. No funds will be obligated at time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Technologies Inc., doing business as L3 KEO, Northampton, Massachusetts, is awarded a $14,110,638 firm-fixed-price modification to previously awarded contract N00024-16-C-5366 for MK 20 MOD 1 Electro-Optical Sensor Systems, radar cross section kits, shock ring kits, engineering support services, and spares for both the Navy and Coast Guard. The MK 20 Electro-Optical Sensor System is a major component of the MK 34 Gun Weapon Systems employed by the DDG 51 class, CG 47 class and the Coast Guard's offshore patrol centers. The systems procured are required to support the Gun Weapon Systems by performing safety check-sighting, look-point-shoot, target ranges, identification of air and surface targets in support of anti-air warfare and anti-surface warfare. This contract modification includes options, which, if exercised, would bring the cumulative value of this contract to $79,453,206. Work will be performed in Northampton, Massachusetts, and is expected to be completed by August 2021. If all options are exercised, work will continue through November 2021. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,110,638 will be obligated at time of the award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. L3 Technologies Inc., Salt Lake City, Utah, is awarded $13,686,773 for modification P00004 to a previously awarded cost-plus-fixed-fee contract (N0001919C0014) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Salt Lake City, Utah (53 percent); Carlsbad, California (15 percent); Boulder, Colorado (14 percent); Stuart, Florida (14 percent); Guthrie, Oklahoma (2 percent); and Fullerton, California (2 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,686,773 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. Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $13,517,069 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N0001919C0015) to expand the analysis and design of the Next Generation Jammer Low Band (NGJ LB) controller, receiver, exciter, and power generation subsystems. In addition, this modification provides for NGJ LB technique development, incorporation of updated goals documents, and environmental testing of the transmitter group. Work will be performed in Bethpage, New York (40 percent); Linthicum, Maryland (32 percent); North Amityville, New York (12 percent); Tempe, Arizona (12 percent); and Melville, New York (4 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $13,517,069 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. Georgia Tech Research Corp., Atlanta, Georgia, is awarded an $8,138,096 cost reimbursement contract for development of vector sensors and arrays for deep and shallow water applications. Work will be performed at the contractor's facility in Atlanta, Georgia, and is expected to be completed March 31, 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $332,401 will be obligated at the time of award. No funds will expire at end of current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-18-S-B001 for science and technology projects for advancement and improvement of Navy and Marine Corps operations. Proposals will be received throughout the year under the long range BAA; therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2045). AIR FORCE M1 Support Services L.P., Denton, Texas, has been awarded a $23,342,767 firm-fixed-price modification (P00088) to previously awarded contract FA8106-13-C-0008 for C-21 sustainment. This modification provides for the exercise of Option Six, which includes maintenance and repair support of the C-21 fleet. Work will be performed at various locations worldwide, and is expected to be complete by May 31, 2020. This modification brings the total cumulative face value of the contract to $124,152,363. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Arkansas Lighthouse for the Blind,** Little Rock, Arkansas, has been awarded a maximum $11,085,645 modification (P00015) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B019) with two-one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer jackets. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Arkansas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1842189/source/GovDelivery/

Toutes les nouvelles