8 octobre 2019 | International, Terrestre

Bradley Replacement: Army Risks Third Failure In A Row

With the surprise disqualification of the Raytheon-Rheinmetall Lynx, the Army has effectively left itself with one competitor for the Optionally Manned Fighting Vehicle, General Dynamics -- unless the Pentagon or Congress intervene.

By SYDNEY J. FREEDBERG JR.

WASHINGTON: Experts fear the Army has undermined a top priority program, the Optionally Manned Fighting Vehicle, by disqualifying one of the only two remaining competitors for not delivering its prototype on time.

“I cannot believe that is the reason,” said a baffled Thomas Spoehr, a retired three-star who headed the Army's program analysis & evaluation office. There must be, he told me this morning, some more profound problem driving this decision: “Nobody wants to have this major program go forward with only one competitor.”

The news was broken by our colleague Jen Judson on Friday and confirmed to us by several sources. The Army declined official comment. Manufacturer Rheinmetall could not physically ship their Lynx-41 prototype from Germany to the US — which is strange, since they've managed to do so before — by the October first deadline. While some Army officials were willing to offer them an extension, the recently created Army Futures Command refused.

That leaves General Dynamics, offering an all-new design we describe below, as the sole competitor for the Engineering & Manufacturing Design (EMD) contract to be awarded early next year. A crucial caveat: Winning EMD does not guarantee General Dynamics will win the production contract, which will be awarded in 2023 in a competition open to all comers.

But any 2023 contender would have to refine their design at their own expense, without the constant feedback from the Army that comes with being on the EMD contract. That's a hard risk for a board to justify, given GD's advantage. And without a second competitor, all the Army's eggs are in the basket of GD succeeding, with no backup.

“I strongly suspect that [General Dynamics] has done a great job of tailoring a solution, developed over time through successes in other programs, for exactly what the US Army wants,” as expressed in roughly 100 detailed and rigid requirements, said George Mason scholar Jim Hasik. But, he said, that doesn't mean what the Army thinks it wants is the right solution, or that GD will deliver on budget and schedule.

“I would prefer that two or three contractors were proceeding to some trials of truth at Aberdeen in some months,” Hasik told me. “I do not single out GDLS; I just expect lower likelihood of success in non-competitive contracting. Any given bid may have problems of which even the bidder does not know.”

The timing of this news is particularly painful for the Army, because thousands of soldiers, contractors, and media will be heading to Washington for next-week's huge Association of the US Army conference. One of the highlights of last year's show was the Lynx prototype.

Why?

Disqualifying the Lynx doesn't make sense, said Spoehr, who as head of national defense studies at the Heritage Foundation has long urged the Army to replace its M2 Bradley troop carrier and other 1980s-vintage armored vehicle designs.

“I have to believe the Army will take another look at this situation,” Spoehr said.

Or, maybe not. The decision to disqualify the Rheinmetall-Raytheon team for missing the deadline is arguably, “the correct one when you consider schedule is the priority,” an industry source told me. But maybe schedule shouldn't be the priority, the source went on, because the current timeline — fielding the first combat-ready unit by 2026 — doesn't permit much innovation. “The vehicle they are asking for will not be significantly better than the current Bradley.” (General Dynamics disputes this hotly, not surprisingly, as we detail later in this story).

“I think the Army is pretty short-sighted,” the industry source said. “Personally, I don't see how the program survives in future budgets.”

Even before this news broke, skeptical Senate appropriators had already cut funding for Army Next Generation Combat Vehicles in their draft of the defense spending bill, although the House has not. But with the Hill so roiled by impeachment that it's unclear legislators will even be able to pass the annual defense bills — which were already headed for closed-door conferences in any case — we've not been able to get any but the most noncommittal comment from Congress. We'll update this story or write a sequel when we hear from the Hill.

The underlying anxiety here is that the Army has tried and failed repeatedly to modernize its Reagan-era arsenal over the past 30 years — the problem Army Futures Command was created to fix. Armored fighting vehicle programs, above all replacements for the Bradley troop carrier, have been particularly fraught. The Future Combat Systems family of vehicles, which included a lightweight Bradley replacement, was canceled in 2009, while the Ground Combat Vehicle, a better-armored and correspondingly heavier Bradley replacement, was cancelled in 2014. The Optionally Manned Fighting Vehicle is the Army's third swing at this ball.

That puts tremendous pressure on Army Futures Command and General Dynamics to deliver. Their balancing act is to make something different and better enough it's worth replacing the Bradley instead of just upgrading it again, without taking on so much new technology that the program risks major delays and overruns.

The Army's modernization director for Next Generation Combat Vehicles, Brig. Gen. Richard Ross Coffman, spoke to me Friday just before the news broke about Rheinmetall. While he didn't speak to the number of competitors, he did emphasize that a company that doesn't win an Engineering & Manufacturing Design contract can still compete for Low-Rate Initial Production.

“The LRIP award is FY23,” Coffman said. “That's a free and open competition. So let's say you didn't have the time or didn't feel you had the money ... to compete starting on 1 October, you can further mature your product, you can test that product, and then enter back in to the competition in '23.”

We Have A Winner (By Default)?

Assuming General Dynamics does win the production contract in 2023, what will their vehicle look like? It will not resemble the Griffin III concept vehicle that vied with the Lynx on the floor of last year's Association of the US Army mega-conference, company officials told me. In fact, they said, the GD OMFV shares no major components with the ASCOD/Ajax lineage of combat vehicles, widely used in Europe, on whose proven chassis and automotive systems GD build its Griffin series, including its offering for the Army's Mobile Protected Firepower light tank.

“The suspension is a totally new design. The engine and transmission are totally different. Drive train is different. Exhaust placement is different,” Keith Barclay, director of global strategy for General Dynamics Land Systems, said in an interview. (The core of the engine is the same as MPF, but not the configuration, cooling, or transmission).

That's remarkable because Army leaders had said they were willing to go with a proven, pre-existing chassis to reduce risk, as long as the weapons and electronics were cutting-edge. As with many weapons programs, the Army plans to field OMFV in successively more advanced increments: Increment 1 will only have to meet minimum or “threshold” requirements, while Increment 2 will go after higher “objective” requirements.

“One of the problems we had with previous ground vehicle programs was we always tried to reach for technology that wasn't mature,” Coffman told me. “Now we've set the objective to those technologies that are on the cusp of maturation, so that if it does mature ... we can achieve[it] in Increment 2.”

Barclay and other GD execs told me this morning that the prototype they just delivered to the Army already meets some of the objective requirements for Increment 2, particularly for the gun and fire control. (They declined to offer more specifics). Meeting those requirements was what drove the all-new design.

“It had to be designed from the inside out,” Barclay told me. “Modifying an existing platform would not work.”

That said, Barclay went on, this is not new unproven tech. “These are very high Technological Readiness Level (TRL) components that have been through quite a bit of testing, and we've just packaged them and designed them... into a new configuration.” (Of course, “quite a bit of testing” isn't the same as actually being deployed on hundreds of vehicles in Spanish, Austrian, and — soon — British service, as was the case for many of the Griffin's components). While the GD OMFV's components aren't the same as those on the ASCOD/Ajax/Griffin series, they do build on that experience, Barclay said, as well as on decades of General Dynamics R&D for the cancelled FCS and GCV programs.

What's New?

So what are the innovations in the GD OMFV that make it a significant improvement over an upgraded Bradley? Most visible from the outside is the weapon, the one component the OMFV shares with the Griffin III prototype at AUSA last year. It's a new 50mm quick-firing cannon, largely developed by the Army's Armaments Center, which is many times more powerful than the 25mm on the Bradley or the 30mm weapons on many Russian vehicles. Whereas the Bradley gunner and commander sit in the turret, the OMFV's turret is unmanned, remote-controlled from a well-protected and well-connected crew compartment in the hull.

In fact, from the crew's perspective inside the vehicle, the most visible difference will probably be how much better their visibility is. Traditional armored vehicles rely on narrow viewports and periscopic sights, making them half-blind behemoths on the battlefield. But massive investments by the automotive industry — from backup cameras to self-driving cars — have driven down the cost and size of sensors. GD boasts their OMFV design offers “360 degree situational awareness” from cameras all around the vehicle. The sensor feeds are visible from screens at not only the crew stations but in the passenger area, so the infantry can know what kind of situation they may have to clamber out into.

Currently, the vehicle is configured for three crew and five infantry soldiers, the same as the Bradley and the Army's minimum requirement for OMFV. (The seats are designed to buffer blasts from mines and roadside bombs). But all eight seats are together in the hull, rather than having some in the turret, and each crew station can control any function, rather than each being specially hard-wired for the commander, gunner, and driver respectively. So GD expects that, as automation technology improves, it'll be possible to go down to just two crewmembers, freeing up a seat for a sixth passenger.

That ability to upgrade electronics is perhaps the single most important, if subtle, improvement over the Bradley. Designed in the 1970s and repeatedly upgraded since, the Bradley has repeatedly run into the limits of its electrical system. Troops in Iraq often had to turn equipment on and off because they couldn't run all of it at once. The Army is now increasing the Bradley's power, and they're even retrofitting it with an Active Protection System that uses electricity-hungry radars to detect and shoot down incoming anti-tank missiles.

But the OMFV will have Active Protection as standard equipment, rather than tacked on. And the all-new design lets GD build in the power, wiring, and — most crucial — the standardized interfaces (aka a Modular Open Systems Architecture) to make future electronic upgrades much easier, from anti-missile jammers to reconnaissance mini-drones to AI-assisted targeting systems.

“We have looked to the future about what power requirements will be,” Barclay told me. Their vehicle, he said, has “electrical power, both high voltage and low voltage, that will allow myriad capabilities that you could not put onto an existing combat vehicle today in the Army's inventory.”

https://breakingdefense.com/2019/10/bradley-replacement-army-risks-third-failure-in-a-row

Sur le même sujet

  • Better combat robot connectivity among improvements at major US Army network exercise

    7 septembre 2021 | International, Terrestre

    Better combat robot connectivity among improvements at major US Army network exercise

    Other advances at the annual experiment could translate to future battlefield capabilities.

  • F-22 Raptor Retirement: See the Air Force's Future Fighter Fleet

    14 mai 2021 | International, Aérospatial

    F-22 Raptor Retirement: See the Air Force's Future Fighter Fleet

    The Air Force can't wait to retire the F-22 Raptor. The future fighter fleet will shrink from seven types to four. See which jets aren't making the cut.

  • Contract Awards by US Department of Defense – September 23, 2020

    24 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 23, 2020

    AIR FORCE Amazon Web Services Inc., Seattle, Washington (FA8612-20-D-0065); Anduril Industries Inc., Irvine, California (FA8612-20-D-0066); Colorado Engineering Inc., Colorado Springs, Colorado (FA8612-20-D-0067); Edgy Bees Inc., Palo Alto, California (FA8612-20-D-0068); Environmental Systems Research Institute Inc., Redlands, California (FA8612-20-D-0069); Global C2 Integration Technologies LLC, Las Vegas, Nevada (FA8612-20-D-0070); General Atomics Aeronautical Systems Inc., Poway, California (FA8612-20-D-0054); Grey Wolf Aerospace LLC, Delaware, Ohio (FA8612-20-D-0071); Kratos Technology and Training Solutions Inc., San Diego, California(FA8612-20-D-0055); LinQuest Corp., Los Angeles, California (FA8612-20-D-0056); Oddball Inc., Washington, D.C. (FA8612-20-D-0058); Red River Technology LLC, Claremont, New Hampshire (FA8612-20-D-0073); SES Government Solutions Inc., Reston, Virginia (FA8612-20-D-0074); Venator Solutions LLC, San Diego, California (FA8612-20-D-0063); and VivSoft Technologies LLC, Brambleton, Virginia (FA8612-20-D-0075), have been awarded a $950,000,000 ceiling in indefinite-delivery/indefinite-quantity contracts to compete for future efforts associated with the maturation, demonstration and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control. These contracts provide for the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms. Work will be performed at locations determined at the contract direct order level and is expected to be complete by May 28, 2025. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a $90,000,104 not-to-exceed, firm-fixed-price, undefinitized contract modification (P00003) to contract FA8620-20-F-4837 for engineering, procurement and fabrication, which will result in Phase One modification to the mission aircraft. Work will be performed in Greenville, Texas, and is expected to be completed by Oct. 31, 2023. This contract involves 100% Foreign Military Sales (FMS) and is the result of a sole-source acquisition. FMS funds in the amount of $44,100,031 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Alion Science and Technology Corp., McLean, Virginia, has been awarded a $40,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for information technology services. This contract provides for support with the enterprise protection risk management, utilizing the information technology application/software, countermeasures risk analysis software. The support will assess risk and implement countermeasures to mitigate the compromise, loss, unauthorized access/disclosure, destruction, distortion or non-accessibility of mission-related assets. Work will be performed in McLean, Virginia, and is expected to be complete by Sept. 24, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $352,000 are being obligated on the first task order at the time of award. Air Force District of Washington, Air Force Enterprise Support Division, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-D-0002). Parsons Government Services Inc., Huntsville, Alabama, has been awarded a $39,934,030 contract for the Mine-Resistant Ambush Protected (MRAP) Recovery of Airbase Denied by Ordnance (RADBO) vehicle. The contract provides for 13 fully operational MRAP RADBO systems (Cougar, Laser, and Arm) and three spares systems that will provide the warfighter with the ability to effectively identify, disarm and clear unexploded ordnance from an airfield while inside an MRAP Cougar (CAT1A1) vehicle, with little to no collateral damage. Work will be performed in Huntsville, Alabama, and is expected to be completed by September 2023. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-20-C-0001). General Electric Co., Cincinnati, Ohio, has been awarded a $23,472,820 firm-fixed-price, requirements-type contract with a five-year year ordering period for the remanufacture of the F108 Module 13/15 low pressure turbine union assembly. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Sept. 22, 2025. This contract is the result of a competitive acquisition and three offers were received. Defense agencies working capital funds will be made available at the issuing of delivery orders against this contract. Air Force Sustainment Center, Tinker, Air Force Base, Oklahoma, is the contracting activity (FA8122-20-D-0007). Northrop Grumman Systems Corp., Herndon, Virginia, will be awarded a $22,990,520 cost-plus-fixed-fee task order for the Intercontinental Ballistic Missile (ICBM) Operational Software Sustainment program. This contract provides a capability to correct existing software deficiencies, implements changes in Minuteman operational software domains and maintains the ICBM operational software update capability. Work will be performed at Hill Air Force Base, Utah; Huntington Beach, California; Colorado Springs, Colorado; and Space Park, California, and is expected to be completed by Sept. 30, 2022. This award is a sole-source task order. The total cumulative face value of the contract is $22,990,520 for a base and one option year. Fiscal 2020 operations and maintenance funds will be used with no funds being obligated at the time of award. Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8204-20-F-0079). M1 Support Services, Denton, Texas, has been awarded a $12,244,288 firm-fixed-price modification (A00046) to contract FA3002-15-C-0006 for trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed by Sept. 30, 2021. This action is to exercise Option Period Six. The total cumulative face value of the contract. Fiscal 2020 operations and maintenance funds will be used with no funds being obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, has been awarded a $9,947,644 delivery order against contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems, world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. The contract delivery order is for Eglin Radar Transmitter Replacement Project – First Article, for the Space and Missile System Center Space Superiority Systems Directorate. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Dec. 31, 2021. Fiscal 2020 operations and maintenance funds will be used with none being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY American Water Military Services LLC, Camden, New Jersey, has been awarded a $771,347,903 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the water and wastewater utility systems at Joint Base Lewis-McChord, Washington. This was a competitive acquisition with 11 responses received. This is a 50-year contract with no option periods. Locations of performance are Washington and New Jersey, with a Sept. 30, 2071, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2071 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-20-C-8330). Noble Sales Co., Inc.,* doing business as Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $93,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair and operations supplies and related incidental services. 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 300-day contract with no option periods. Locations of performance are Massachusetts and Northern Europe, with a July 19, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and North American Treaty Organization. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Europe and Africa, Kaiserslautern, Germany (SPE5B1-20-D-0005). SRCTec LLC, Syracuse, New York, has been awarded a maximum $93,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for hardware spare and repair components of the AN/TPQ-50 Counterfire Target Acquisition Radar System. This was a competitive acquisition with one response received. This is a five-year base contract with one five-year option period. Location of performance is New York, with a Sept. 23, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0056). Simmonds Precision Products Inc., Vergennes, Vermont, has been awarded a maximum $50,182,405 firm-fixed-price, requirements contract for control data analysis. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Vermont, with a Sept. 22, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0066). Thales Components Corp., Piscataway, New Jersey, has been awarded a maximum $21,494,100 firm-fixed-price, definitive contract for traveling wave tubes. 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 no option periods. Locations of performance are New Jersey and France, with a March 30, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPRHA3-20-C-0002). Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a maximum $15,172,684 firm-fixed-price definitive contract for the Voice Control Panel Matrix on the Minuteman III weapon system. 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 31-month contract with no option periods. Location of performance is Colorado, with an April 23, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA2-20-C-0005). Simmonds Precision Products, Vergennes, Vermont, has been awarded a $43,347,590 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electro-mechanical helicopter actuators. 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 base contract with four one-year options periods. Location of performance is Vermont with a Sept. 22, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0073). (Awarded Sept. 22, 2020) Ham Produce and Seafood Inc.,* Honolulu, Hawaii, has been awarded a $9,900,000 modification (P00003) to contract SPE302-20-D-P004 to lift a stop work order. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. Location of performance is Hawaii, with a Sept. 29, 2023, ordering period end date. Using customer is Defense Department. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Indo-Pacific, Joint Base Pearl Harbor-Hickam, Honolulu, Hawaii. (Awarded Sept. 3, 2020). ARMY Kokosing Alberici LLC, Westerville, Ohio, was awarded an $111,259,000 firm-fixed-price contract for construction of new upstream approach walls at the Soo Lock Complex, Sault Ste. Marie, Michigan. Bids were solicited via the internet with three received. Work will be performed in Sault Ste. Marie, Michigan, with an estimated completion date of Oct. 16, 2023. Fiscal 2020 civil construction funds in the amount of $111,259,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-20-C-0018). Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded a $104,979,350 firm-fixed-price contract for dredging in Duval County, Florida. Bids were solicited via the internet with two received. Work will be performed in Jacksonville, Florida, with an estimated completion date of Oct. 15, 2022. Fiscal 2017, 2019 and 2020 civil construction funds; 2020 civil operations and maintenance funds; and 2020 non-federal funds in the amount of $104,979,350 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0010). HGL-APTIM JV LLC,* Reston, Virginia, was awarded a $43,138,765 firm-fixed-price contract for environmental remediation activities at Hill Air Force Base. Bids were solicited via the internet with four received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Sept. 22, 2030. Fiscal 2020 revolving funds in the amount of $43,138,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0014). BAE Systems Land and Armaments L.P., San Jose, California, was awarded a $39,754,114 modification (P00147) to contract W56HZV-15-C-0099 for engineering, logistics and fielding support for the Multiple Launch Rocket System Carrier. Work will be performed in San Jose, California, with an estimated completion date of Sept. 29, 2023. Fiscal 2020 weapons and tracked combat vehicle procurement (Army) funds in the amount of $39,754,114 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Breeze-Eastern LLC, Whippany, New Jersey, was awarded a $25,792,268 firm-fixed-price contract for the maintenance and overhaul of the winch, aircraft mounted. 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 Sept. 22, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0582). StructSure Projects Inc., Kansas City, Missouri, was awarded a $23,766,565 firm-fixed-price contract for design and construction facility restoration of an Army Reserve Center. Bids were solicited via the internet with six received. Work will be performed in North Little Rock, Arkansas, with an estimated completion date of April 23. 2023. Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $23,766,565 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0044). American Ordnance LLC, Middletown, Iowa, was awarded a $20,000,000 modification (P00003) to contract W52P1J-19-F-0370 to design a long-range precision artillery production line at Iowa Army Ammunition Plant. Work will be performed in Middletown, Iowa, with an estimated completion date of Jan. 31, 2022. Fiscal 2020 procurement of ammunition (Army) funds in the amount of $20,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Orion Marine Construction Inc., Tampa, Florida, was awarded a $15,855,250 firm-fixed-price contract for dredging in Galveston County, Texas. Bids were solicited via the internet with two received. Work will be performed in Galveston, Texas, with an estimated completion date of Oct. 20, 2021. Fiscal 2017, 2018, 2019 and 2020 civil operations and maintenance funds in the amount of $15,855,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0033). Knight's Armament Co.,* Titusville, Florida, was awarded a $13,480,110 firm-fixed-price contract for the M110 semiautomatic sniper system and various M110 configurations. 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 Sept. 25, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-D-0044). AirTronic USA LLC,* Spring Branch, Texas, was awarded a $13,322,593 firm-fixed-price contract for Precision Shoulder-fired Rocket Launchers, VirTra 100 shooting simulators, installation and training. 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 Sept. 23, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-D-0045). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $11,101,830 modification (P00406) to contract W56HZV-15-C-0095 to retrofit mufflers, forward facing cameras, rear-door transparent armor and muffler robustness into the baseline configuration of the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 23, 2021. Fiscal 2019 and 2020 Marine Corps procurement funds in the amount of $11,101,830 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Kinsley Construction Inc., York, Pennsylvania, was awarded a $9,992,147 firm-fixed-price contract for construction of an administrative facility for Aeromedical Evacuation Squadron located at Joint Base Andrews. Bids were solicited via the internet with six received. Work will be performed in at Joint Base Andrews, Maryland, with an estimated completion date of April 5, 2022. Fiscal 2020 military construction (Air Force Reserve) funds in the amount of $9,992,147 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0049). Raytheon Co., Tucson, Arizona, was awarded a $9,776,331 modification (P00007) to contract W15QKN-19-C-0017 for to procure Excalibur Ib projectiles. Work will be performed in Healdsburg, California; Karlskoga, Sweden; East Camden, Arizona; Cedar Rapids, Iowa; Plymouth, United Kingdom; Cincinnati, Ohio; Glenrothes, United Kingdom; Salt Lake City, Utah; Joplin, Missouri; Gilbert, Arizona; Lansdale, Pennsylvania; Santa Clara, California; Woodridge, Illinois; Trenton, Texas; Valencia, California; Cookstown, New Jersey; Phoenix, Arizona; Anniston, Alabama; Chino, California; Inglewood, California; Tucson, Arizona; McAlester, Oklahoma; and Farmington, New Mexico, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 other procurement (Army) funds in the amount of $9,776,331 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded an $8,092,700 firm-fixed-price contract for dredging Morehead City Harbor. Bids were solicited via the internet with two received. Work will be performed in Brunswick, Georgia; and Savannah, Georgia, with an estimated completion date of July 31, 2021. Fiscal 2019 and 2020 civil operations and maintenance funds in the amount of $8,092,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-20-C-0030). General Dynamics Information Technology, Fairfax, Virginia, was awarded a $7,913,730 modification (P00010) to contract W52P1J-19-F-0727 for logistical staff augmentation support throughout the Central Command area of responsibility. Work will be performed in Bagram, Afghanistan; and Kuwait City, Kuwait, with an estimated completion date of Sept. 25, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $4,716,991 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. NAVY BAE Systems Land and Armaments L.P., Armament Systems Division, Louisville, Kentucky, is awarded an $80,384,866 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-19-C-0004 for five overhauled/upgraded MK45 Mod 4 Gun mounts and their associated components. Work will be performed in Louisville, Kentucky, and is expected to be completed by June 2025. Fiscal 2020 shipbuilding and conversion (Navy; 60%); and fiscal 2019 shipbuilding and conversion (Navy; 40%), funding in the amount of $80,384,866 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity. Lockheed Martin Sippican Inc., Marion, Massachusetts, is awarded a $72,171,182 firm-fixed-price, cost-plus-fixed-fee and cost only modification to previously awarded contract N00024-16-C-6412 to exercise options for the production of MK 48 Mod 7 Heavyweight guidance and control sections, upgrade Common Broadband Advanced Sonar System kits and torpedo equipment and support. This modification combines purchases for the Navy (87%); and the governments of Australia (7%); Taiwan (5%); and Turkey (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Marion, Massachusetts (81%); Braintree, Massachusetts (18%); and Lemont Furnace, Pennsylvania (1%), and is expected to be completed by December 2023. Fiscal 2020 weapons procurement (Navy; 86%); FMS and Armament Cooperative Program (13%); and fiscal 2018 weapons procurement (Navy; 1%), funding in the amount of $72,171,182 will be obligated at the time of award, of which, $180,003 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $52,761,020 modification (P00097) to previously awarded firm-fixed-price contract N00019-14-C-0050. This modification procures support equipment and additional spares in support of VH-92A aircraft Lot II low rate initial production. Work will be performed in Stratford, Connecticut (70%); Woodland, Washington (17%); Owego, New York (9%); and Cedar Rapids, Iowa (4%), and is expected to be completed by December 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $52,761,020 will be obligated at the 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. Skookum Educational Programs, Bremerton, Washington, is being awarded a $40,327,106 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for facility maintenance services including janitorial services, grounds maintenance, facility investment, pest control, regulated medical waste, chemical toilets, pavement clearance, lighting maintenance and warehousing services. After award of this option, the total cumulative contract value will be $111,812,749. Work will be performed in the NAVFAC Northwest AOR, including but not limited to, Washington (96%); Idaho (1%); Minnesota (1%); Montana (1%); and Oregon (1%). This option period is from October 2020 to September 2021. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $33,201,547 for recurring work will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisitions Regulation Part 8.7, Acquisition from Non-Profit Agencies Employing People Who Are Blind or Severely Handicapped. Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-18-D-5009). Skookum Educational Programs, Bremerton, Washington, is awarded a $31,157,545 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment and environmental services for base operations support services. After award of this option, the total cumulative contract value will be $119,425,916. Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); North Dakota (1%); Oregon (1%); South Dakota (1%); and Wyoming (1%). This option period is from October 2020 to September 2021. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $23,270,333 will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisitions Regulation Part 8.7, Acquisition from Non-Profit Agencies Employing People Who Are Blind or Severely Handicapped. Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4039). Clark Construction Group LLC, Bethesda, Maryland, is awarded an $18,372,142 firm-fixed-price contract for construction of a taxiway at Joint Base Andrews, Maryland. The work to be performed will construct a new taxiway utilizing economical construction methods to satisfy operational and mission requirements at Joint Base Andrews, Maryland. Construction includes demolition of existing pavement, construction of storm water management facilities, taxiway lighting, site preparation, full depth concrete pavement with asphalt shoulders and all other supports necessary to make a complete and usable taxiway. Work will be performed in Camp Springs, Maryland, and is expected to be completed by January 2022. Fiscal 2018 other procurement (Air Force) contract funds in the amount of $18,372,142 are obligated on this award and will expire at the end of the current fiscal year. Pursuant to Federal Acquisitions Regulation 6.302-1(a)(2)(iii), which authorizes the use of other than full and open competition when there is only one available source, this contract was sole-sourced to Clark Construction Group LLC, because of their uniquely qualified and position to perform the required work. Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-20-C-0024). Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $17,024,177 firm-fixed-price modification to previously awarded order N00024-20-F-5518 under basic ordering agreement N00024-18-G-5501 for dual band radar spares in support of DDG 1000. Work will be performed in Tewksbury, Massachusetts (50%); Andover, Massachusetts (27%); Portsmouth, Massachusetts (14%); and Marlborough, Massachusetts (9%), and is expected to be completed by July 2024. Fiscal 2020 shipbuilding and conversion (Navy; 94%); fiscal 2020 operations and maintenance (Navy; 3%); fiscal 2020 other procurement (Navy; 2%); fiscal 2019 other procurement (Navy; less than 1%); and fiscal 2018 other procurement (Navy; less than 1%), funding in the amount of $17,024,177 will be obligated at time of award, of which, funds in the amount of $542,009 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Niking Corp.,* Wahiawa, Hawaii, is awarded a $16,406,600 firm-fixed-price contract for construction of a new entry control point (ECP) facility and security improvements at the perimeter gate on Mokapu Road, Marine Corps Base, Hawaii. The work to be performed includes construction of a new ECP facility and security improvements to meet anti-terrorism/force protection requirements. The ECP facilities will include an overwatch tower and station, generator/toilet/communications building, gate/controls house with a guard booth and canopy and a privately-owned-vehicle inspection area with canopy. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by January 2022. Fiscal 2018 military construction (Navy) contract funds in the amount of $16,406,600 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with four proposals received. Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-C-1304). Hydroid Inc., Pocasset, Massachusetts, is awarded a $16,301,288 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00174-19–D-0010 to exercise option year one for engineering support and training services for the MK 18 Family of Systems (FOS) – Unmanned Underwater Vehicle systems. Work will be performed in Pocasset, Massachusetts, and is expected to be completed by September 2021. No funding is being obligated at modification award but according to future task orders. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity. Diversified Service Contracting Inc., Dunn, North Carolina, is awarded a $15,871,115 firm-fixed-price modification for the exercise of an option for the base operating support services contract at Naval Air Station Patuxent River, Maryland. The work to be performed provides for recurring and non-recurring facility maintenance, janitorial services, pest control services, grounds maintenance, sweeping and snow removal, base support vehicles and equipment. After award of this option, the total cumulative contract value will be $117,616,402. Work will be performed in Patuxent River, Maryland, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $6,582,754 are obligated on this award and will not expire at the end of the current fiscal year. This award is issued under Federal Acquisition Regulation Part 6.302-2 Unusually and Compelling Urgency. The purpose of this modification is to ensure critical services continue as the agency responds to a post-award protest on the re-procurement of this contract. No funds will be obligated at the time of award. Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-11-D-3020). North Star Scientific Corp.,* Kapolei, Hawaii, is awarded a $13,211,025 cost-plus-fixed-fee, firm-fixed-price order (N68335-20-F-0003) against previously issued basic ordering agreement N68335-19-G-0037. This order provides for continued research and development efforts for Small Business Innovation Research (SBIR) products for the High Gain Ultra High Frequency Electronically Scanned Antenna under SBIR topic N06-125 titled, “L-Band Solid-State High Power Amplifier for Airborne Platforms.” Further development and research efforts will provide one prototype radar transceiver assembly, one high power balanced amplifier, and various laboratory and radome parts. Additionally, it will provide data deliverables to include technical reports and hardware design descriptions. Work will be performed in Kapolei, Hawaii (76%); Stockton, California (12%); San Diego, California (6%); Newark, Delaware (3%); and San Ramon, California (3%), and is expected to be completed by September 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $5,279,534; and fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,931,491 will be obligated at time of award, $7,931,491 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Sierra Nevada Corp., Sparks, Nevada, is awarded a $10,550,368 firm-fixed-price order (N68335-20-F-0809) against previously issued basic ordering agreement N68335-19-G-0013. This order procures hardware components for 30 Unmanned Aerial Vehicle Common Automatic Recovery System version 2 tracking subsystems for the Fire Scout Unmanned Aerial Vehicle in support of Webster Outlying Field Air Traffic Control and Landing Systems Division. Work will be performed in Sparks, Nevada, and is expected to be completed by September 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $3,516,789; fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,923,505; and fiscal 2020 aircraft procurement (Navy), funds in the amount of $2,110,074 will be obligated at time of award, $3,516,789 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity. Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is awarded an $8,890,000 firm-fixed-price modification to previously awarded contract N00024-20-C-5503 to exercise options for increased low rate initial production quantities of Surface Electronic Warfare Improvement Program AN/SLQ-32C(V)6. Work will be performed in Liverpool, New York (78%); and Lansdale, Pennsylvania (22%), and is expected to be completed by January 2022. Fiscal 2020 other procurement (Navy) funding in the amount of $8,890,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity. L-3 Technologies Inc. KEO, a subsidiary of L3Harris Technologies Inc., Northampton, Massachusetts, was awarded a cost-plus fixed-fee contract with a potential value of $7,952,871 with options. This effort is to procure Multi-Function Mast (OE-538B) Antenna Group and upgrade kits as a second source. The Navy requires delivery of first antenna within 18 months of contract award and the second antenna within 24 months of contract award. This contract includes options for engineering services and provisional items required to support installations, repairs and sustainment, and if exercised, would bring the cumulative value of this contract to an estimated $7,952,871. If all options are exercised, work could continue until August 2024. Work will be performed in Northampton, Massachusetts, with an expected completion date of August 2024. Fiscal 2020 other procurement (Navy) funds in the amount of $6,452,871 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract is awarded as a sole-source under the under the authority of 10 U.S. Code 2304(c)(3) - "Industrial Mobilization; Engineering, Development or Research Capability or Expert Services." The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-C-0030). (Awarded Sept. 21, 2020) *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2358917/source/GovDelivery/

Toutes les nouvelles