8 octobre 2021 | International, C4ISR

Canada’s Department of National Defence to Advance Brain & Mental Health Research in Partnership with Polaris Genomics

In a pivotal partnership announced in collaboration with Polaris Genomics today, Defence Research and Development Canada (DRDC) is now conducting military brain

https://www.einnews.com/pr_news/553200132/canada-s-department-of-national-defence-to-advance-brain-mental-health-research-in-partnership-with-polaris-genomics

Sur le même sujet

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

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

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

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

  • Contract Awards by US Department of Defense - Novembre 20, 2020

    23 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - Novembre 20, 2020

    U.S. TRANSPORTATION COMMAND Four additional companies -- Alaska Airlines, Seattle, Washington (HTC711-21-D-CC01); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-21-D-CC02); Jet Blue Airways, Long Island City, New York (HTC711-21-D-CC03); and Swift Air LLC, Greensboro, North Carolina (HTC711-21-D-CC04) -- have been awarded firm-fixed-price contracts under the Domestic Airlift Charter Services, Federal Aviation Administration Part 121, indefinite-delivery/indefinite-quantity, fixed-price contract, at estimated program value of $697,000,000. These funds were obligated on individual task orders issued among 16 contracts. The program initially began in October 2018. The contracts provide domestic air cargo and passenger charter services. Services shall be provided for the Department of Defense and other federal government agencies. Work will be performed within the continental U.S., all U.S. territories, Mexico, Canada, and the Caribbean Islands. Period of performance is from Nov. 20, 2020, to Sept. 30, 2023. Ordering is decentralized and will be determined at the task order level. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Sysco-Central Alabama, Calera, Alabama, has been awarded a maximum $136,226,979 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. Location of performance is Alabama, with a Nov. 23, 2024, ordering period end date. Using customers are Air Force, Army, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3311). SupplyCore Inc., Rockford, Illinois, has been awarded a maximum $92,000,000 firm-fixed-price contract for supply, storage and distribution of water purification systems. This was a competitive acquisition with two responses received. This is a four-year base contract with one one-year option period. Location of performance is Illinois, with a Nov. 19, 2024, performance completion date. Using services are Army and Marine Corps. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-21-D-0016). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $7,788,263 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1213) with four one-year option periods for men's broadfall trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a Nov. 24, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE PAE Applied Technologies LLC, Fort Worth, Texas, has been awarded a ceiling $98,000,000 indefinite-delivery/indefinite-quantity contract for U.S. Air forces in Europe – Air Forces Africa (USAFE-AFAFRICA) electronic warfare operations training and infrastructure maintenance services. This contract provides electronic warfare aircrew tactics evaluation, electronic warfare combat training, operation and maintenance of equipment and electronic warfare range infrastructure maintenance for USAFE-AFAFRICA. Work will be performed at various locations in Germany, the United Kingdom and Italy. The basic contract has a five-year ordering period ending Nov. 19, 2025. This award is result of a competitive acquisition and three offers were received. Fiscal 2021 operation and maintenance funds in the amount of $8,091,999 will be obligated via the first task order, which will be awarded immediately after the basic contract, and is expected to be completed Jan. 31, 2026. The 764th Enterprise Sourcing Squadron, Ramstein Air Base, Germany, is the contracting activity (FA5641-21-D-0001). ViaSat Inc., Carlsbad, California, has been awarded a $50,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for development on prototype space systems. The contractor will provide studies, design, manufacturing, integration, performance qualification, network space segment elements, launch, flight and demonstration of prototype space systems. This also includes the development, integration and demonstration with ground terminals in conjunction with the government Ground Segment to reduce risk and assess performance and functionality for future protected service. It includes the associated program management, system engineering, certification, integration, test and evaluation and configuration management. Work will be performed in Carlsbad, California, and is expected to be completed Feb. 20, 2026. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 and fiscal 2021 research, development, test and evaluation funds in the amount of $737,646 are being obligated to the first task order at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-21-D-0029; task order: FA9453-21-F-0001). NAVY Kellogg Brown and Root Services Inc., Houston, Texas, was awarded a $64,827,880 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three for base operating support services at Camp Lemonnier, Djibouti; Chabelley Airfield, Djibouti; and Camp Simba, Kenya. The work to be performed provides for all management and administration, security, fire and emergency, air operations, ordnance, material management and supply, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities, base support vehicles and equipment, morale, welfare and recreation support, galley, unaccompanied housing, custodial, grounds maintenance and landscaping and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $263,190,457. Work will be performed in Djibouti City, Djibouti (89%); Manda Bay, Kenya (8%); and Chabelley, Djibouti (3%). This option period is from November 2020 to November 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 O&M (Air Force); and fiscal 2021 O&M (National Security Agency) contract funds in the amount of $61,043,871 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). (Awarded Nov. 19, 2020) BAE Systems Technology Solutions & Services Inc., doing business as BAE Systems, Rockville, Maryland, is awarded a $16,506,245 firm-fixed-price contract modification (P00012) under previously awarded contract N00604-19-C-4001 to exercise Option Year Two for the operation and maintenance of Navy communication, electronic and computer systems. The contract included a 12-month base period and four one-year option periods. The exercise of this option will bring the estimated value of the contract to $46,060,784 and if all options are exercised, it will bring the total value to $80,115,425. Work will be performed in Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work will begin December 2020 and is expected to be completed by November 2021; if all options are exercised, work will be completed by November 2023. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $4,048,611 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited on a full and open, unrestricted basis with two offers received. Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity. EMR Inc.,* Niceville, Florida, is awarded firm-fixed-price task order N69450-21-F-1409 at $13,968,592 under a multiple award construction contract for the munition storage area utilities project at Barksdale Air Force Base, Louisiana. The work to be performed includes civil and electrical disciplines. The civil work includes the replacement of the water distribution mains within the munitions storage area. The electrical work includes the replacement of all existing underground primary conductors with the exception of the existing underground emergency circuit. Work will be performed in Bossier City, Louisiana, and is expected to be completed by November 2022. Fiscal 2021 operation and maintenance (Air Force) contract funds in the amount of $13,986,592 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1318). Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $10,713,544 firm-fixed-price modification to previously awarded contract N00024-17-C-6311 to procure two additional Surface-to-Surface Missile Modules (SSMM) for integration into the Littoral Combat Ship framework. The SSMM fires a Longbow Hellfire missile that will be added to the surface warfare mission module aboard the Littoral Combat Ship. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be completed by November 2022. Fiscal 2021 other procurement (Navy) (82%); and fiscal 2020 other procurement (Navy) (18%) funding in the amount of $10,713,544 will be obligated at the 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. Iridium Satellite LLC, Tempe, Arizona, is awarded a $9,667,301 cost-plus-fixed-fee option to support commercial satellite-based network services for the Department of Defense in the areas of satellite, ground node, user equipment/terminal software and hardware development, integration and testing. Work will be performed in in McLean, Virginia (50%); and Tempe, Arizona (50%), and is expected to be complete in November 2021. This contract includes a base year and options which, if exercised, would bring the cumulative value of this contract to $45,807,778. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $100,000 will be obligated at time of the option exercise and will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis via a synopsis posted in Federal Business Opportunities website in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-17-C-0001). Vigor Marine Shipyard LLC, Portland, Oregon, is awarded an $8,562,943 firm-fixed-price contract (N32205-21-C-4117) for a 50-calendar day shipyard availability for the mid-term availability on the USNS Matthew Perry (T-AKE 9). The contract includes options, which if exercised, would bring the total contract value to $8,821,718. Work will be performed in Portland, Oregon, and is expected to be completed by March 8, 2021. Contract funds in the amount of $8,562,943 are obligated in fiscal 2021 using working capital funds (Navy). This contract was competitively procured with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. ARMY Amentum Services Inc., Germantown, Maryland, was awarded a $7,819,920 modification (000280) to contract W52P1J-12-G-0028 for logistics support services for Army prepositioned stocks. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 21, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $7,819,920 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2423533/source/GovDelivery/

  • Bell V-280 Valor tech demonstrator retires from flight

    28 juin 2021 | International, Aérospatial

    Bell V-280 Valor tech demonstrator retires from flight

    The V-280 Valor first flew in December 2017 and is now retiring from flight as Bell prepares to compete to build the Army's future long-range assault aircraft.

Toutes les nouvelles