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

Contract Awards by US Department of Defense - August 04, 2020

NAVY

Bethel-Tech Pacific JV,* Anchorage, Alaska (N62473-20-D-1113); ECC Environmental,* Burlingame, California (N62473-20-D-1114); and CAPE-Weston,* Irvine, California (N62473-20-D-1115), are awarded a $240,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contract for environmental remediation projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). This includes Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington and other locations nationwide. The maximum dollar value for all three contracts combined is $240,000,000. Bethel-Tech Pacific JV is being awarded an initial task order at $189,037 to evaluate land use controls at Marine Corps Logistic Base, Barstow, California. Work for this task order is expected to be completed by July 2023. All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (95%); Arizona (2%); Nevada (2%); and the remainder of the U.S. (1%). The work to be performed provides for environmental remediation actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial systems operation and maintenance; corrective actions; and groundwater monitoring and other related activities associated with returning sites to safe and acceptable levels of contamination. The term of the contract is not to exceed 60 months. Work is expected to be completed by August 2025. Fiscal 2020 operations and maintenance Navy (OM, N) contract funds in the amount of $189,037 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OM, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and18 proposals were received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Owego, New York, is awarded an $181,744,524 modification (P00016) to previously awarded firm-fixed-price contract N00019-19-C-0013. This modification provides for the production, delivery and integration of 24 Airborne Low Frequency Sonars (ALFS) for the government of India; eight ALFS for the Navy and seven ALFS for the government of Denmark, into MH-60R Seahawk aircraft. Work will be performed in Brest, France (77%); Portsmouth, Rhode Island (15%); and Owego, New York (8%), and is expected to be completed by December 2024. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $37,280,928 and Foreign Military Sales funds in the amount of $144,463,596 will be obligated at time of award, $37,280,928 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Krempp Construction Inc.,* Jasper, Indiana, is awarded an $35,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for magazine and inert building maintenance and repairs at the Naval Support Activity Crane, Indiana. No task orders are being issued at this time. All work on this contract will be performed in Crane, Indiana. The work to be performed provides for magazine and inert building maintenance, repairs and construction services including but not limited to, concrete installation and removal, replacement of entire or portions of concrete docks, wing walls, steel doors, lead paint removal, replacement of dead lights, dome repair, grounding, seeding, mulching, removal and installation of bumper blocks, excavation, backfilling and incidental related work. The term of the contract is not to exceed 60 months and work is expected to be completed by August 2025. Fiscal 2020 working capital (Army) contract funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by working capital (Army) and working capital (Navy). This contract was competitively procured via the Contract Opportunities website and three proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0080).

Bell Textron Inc., Fort Worth, Texas, is awarded a $30,400,000 cost-plus-fixed-fee order (N00019-20-F-0162) against previously issued basic ordering agreement N00019-16-G-0012. This order provides non-recurring engineering and integrated logistics support to produce and qualify the structural improvement and electrical power upgrade solution for the UH-1Y Venom and AH-1Z Viper aircraft. Work will be performed in Fort Worth, Texas (70.4%); Grand Rapids, Michigan (26.3%); and Phoenix, Arizona (3.3%). This order provides for the integration of structural improvements and power upgrades, as well as the development of technical data and supporting documentation as it pertains to reliability, maintainability, damage limits and tolerances. Additionally, this order provides for the manufacture and delivery of two drives system accessory power quills, one modified combining gearbox, one test stand upgrade, as well as associated component qualification testing. Work is expected to be completed by December 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $17,503,510; fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,659,045; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,237,445, will be obligated at time of award and $17,503,510 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Atlantic Diving Supply Inc., Virginia Beach, Virginia (M67854-20-D-5127); and Vizocom Government Services, El Cajon, California (M67854-20-D-5128) are awarded a $17,000,000 maximum amount, multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of soft wall shelters and shelter repair parts. Work will be performed in Virginia Beach, Virginia; and El Cajon, California, and is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $151,483 will be obligated on the first delivery order immediately following contract award. Funds will expire the end of the current fiscal year. This contract was a competitively procured via beta.SAM.gov website and two offers were received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting agency.

Alliant Techsystems Operations LLC, Northridge, California, is awarded a $12,190,753 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides depot sustainment support, guidance section and control section repair and common munitions built-in test/reprogramming equipment box 4 and 5 test and inspection in support of the Advanced Anti-Radiation Guided Missile weapon system for the Navy; the governments of Italy and Australia; and Foreign Military Sales customers. Work will be performed in Northridge, California (62%); Ridgecrest, California (31%); and Fusaro, Italy (7%). Work is expected to be completed by August 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. 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 (N00019-20-D-0106).

United States Marine Inc.,* Gulfport, Mississippi, is awarded a $7,572,364 firm-fixed-price delivery order to previously awarded an indefinite delivery/indefinite quantity contract N00024-16-D-2215 in support of the government of the Azerbaijan for 15 9-meter Explosive Ordnance Disposal (EOD) Multi-Use EOD Response Craft. Work will be performed in Gulfport, Mississippi, and is expected to be completed by April 2022. Foreign Military Sales funding in the amount of $7,572,364 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Aecom Technical Services Inc., Los Angeles, California (W91278-20-D-0041); Arcadis U.S. Inc., Highlands Ranch, Colorado (W91278-20-D-0042); Atkins North America Inc., Dallas, Texas (W91278-20-D-0043); Cardno GS Inc., Charlottesville, Virginia (W91278-20-D-0044); HDR Environmental Operations and Construction Inc., Englewood, Colorado (W91278-20-D-0045); Jacobs Engineering Group Inc., Dallas, Texas (W91278-20-D-0046); Leido Inc., Reston, Virginia (W91278-20-D-0047); WSP USA Solutions Inc., Washington, DC (W91278-20-D-0048); Tetra Tech Inc., Pasadena, California (W91278-20-D-0053); and Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (W91278-20-D-0055), will compete for each order of the $209,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

AHTNA Construction,* Anchorage, Alaska (W912BV-20-D-0039); APC Construction LLC,* Harvey, Louisiana (W912BV-20-D-0040); Gideon Contracting LLC,* San Antonio, Texas (W912BV-20-D-0041); Pontchartrain Partners LLC,* New Orleans, Louisiana (W912BV-20-D-0042); and Southwind Construction,* Edmond, Oklahoma (W912BV-20-D-0043), will compete for each order of the $49,500,000 firm-fixed-price contract for civil works construction projects in support of various military and civil works projects within the U.S. Army Corps of Engineers Tulsa District's boundaries. 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 Aug. 3, 2025. U.S. Army Corps of Engineers Tulsa, Oklahoma, is the contracting activity.

PHE-Baker JV2 LLC,* Rockville, Maryland (W91278-20-D-0050); Stell Environmental Enterprises Inc.,* Exton, Pennsylvania (W91278-20-D-0051); Swift River Vesar SB JV,* Anchorage, Alaska (W91278-20-D-0052); and Vernadero Group Inc.,* Phoenix, Arizona (W91278-20-D-0053), will compete for each order of the $40,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division Mobile District's planning and environmental division. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Radiant Mission Solutions Inc., Chantilly, Virginia, was awarded a $12,000,000 cost-plus-fixed-fee contract to provide the Army Geospatial Center with remote ground terminal systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2023. U.S. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-20-D-0006).

Lockheed Martin Global Missiles and Fire Control, Orlando, Florida, was awarded a $9,958,534 modification (P00019) to contract W31P4Q-17-C-0173 for field support technicians. 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 Feb. 28, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Martin Baker, Uxbridge, United Kingdom, has been awarded a maximum $150,000,000 five-year, indefinite-delivery/indefinite-quantity contract for T-6 and T-38 Sustainment. This contract provides for T-6 and T-38 replenishment spares. Work will be performed in Uxbridge, United Kingdom, and is expected to be completed Dec. 31, 2026. This award is the result of a sole-source acquisition. Fiscal 2020 munitions procurement funds; NASA funds; Army funds; and Foreign Military Sales funds, in the total amount of $13,316, 027 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-20-D-0004).

DEFENSE THREAT REDUCTION AGENCY

Northrup Grumman Systems Corp. (HDTRA1-20-C-0063) is being awarded a single-award services contract for the Cooperative Threat Reduction (CTR) Program. The mission of the CTR Program is to partner with willing countries to reduce threat from Weapons of Mass Destruction and related materials, technologies, facilities and expertise. The maximum dollar ceiling including the base period and option period for the contract is $24,775,693. Work will be performed at various locations throughout the world. The base period for this contract is two years with three one-year option periods. $4,000,000 has been incrementally funded for the base period and the contract will continue to be incrementally funded with current funding. This requirement was solicited as a sole-source award with supporting justification and approval document via solicitation HDTRA1-20-R-0015 and was approved by the Head of Contracting Activity. The government received one timely offer. The Defense Threat Reduction Agency (DTRA), CTR Contracting Office/DTRA/AL-ACC, Fort Belvoir, Virginia, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2300395/source/GovDelivery/

Sur le même sujet

  • Defense Innovation Unit partners with Orbital Insight to take on satellite spoofing

    18 février 2022 | International, Aérospatial

    Defense Innovation Unit partners with Orbital Insight to take on satellite spoofing

    Under a new contract, Orbital Insight will use commercially available data and advanced algorithms to detect and alert operators to possible spoofing attempts.

  • Trilateral joint venture to manage GCAP warplane work from London

    14 décembre 2024 | International, Aérospatial

    Trilateral joint venture to manage GCAP warplane work from London

    Basing the firm in the UK is meant to ensure “maximum alignment" with the UK-based government organization driving the 6th-gen fighter development.

  • Contract Awards by US Department of Defense - September 16, 2019

    17 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 16, 2019

    AIR FORCE General Dynamics Information Technology Inc., Fairfax, Virginia (FA8750-19-D-0005); American Systems Corp., Chantilly, Virginia (FA8750-19-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (FA8750-19-D-0003); and Polaris Alpha LLC, Colorado Springs, Colorado (FA8750-19-D-0004), have been awarded a $427,000,000 maximum ordering amount indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price orders for the enhancements, modifications, integration, testing, demonstrations, deployments, maintenance and research and development of Global Application Research, Development, Engineering and Maintenance software baselines. Work will be performed at Fairfax, Virginia; Chantilly, Virginia; McLean, Virginia; and Colorado Springs, Colorado, and is expected to be completed by Sept. 16, 2026. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $88,165 are being obligated at the time of contract award. The Air Force Research Laboratory, Rome, New York, is the contracting activity. Kratos Unmanned Systems Division, Sacramento, California, has been awarded a $35,000,000 firm-fixed-price contract for Air Force Subscale Aerial Target peculiar spares. Work will be performed at Sacramento, California, and is expected to be complete by March 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $185,606; and fiscal 2019 aircraft procurement funds in the amount of $35,255 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-19-D-0001). CORRECTION: The Sept. 9, 2019, announcement of a $14,958,516 task order (FA8533-19-F-0091) against contract FA8533-18-D-0002 for Lockheed Martin Corp., Orlando, Florida, included an incorrect completion date. The expected completion date for the work is actually Jan. 8, 2022. WASHINGTON HEADQUARTERS SERVICES NCI Information Systems Inc., Reston, Virginia, has been awarded a $269,990,592 firm-fixed-price contract. This service delivery requirement will consist of satisfying Joint Service Provider (JSP) user needs for secure, accessible and stable information technology (IT) support. Service delivery services requires an understanding of the current operating environment of the JSP and the ability to leverage mature capabilities and industry best practices to improve efficiency and reduce complexity in order to enhance JSP's IT support services. Through the service delivery requirement, the JSP seeks to deliver responsive IT services and support to its users in the most efficient manner as possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $269,990,592 are being obligated on this award. The expected completion date is July 29, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-F-0136). DEFENSE LOGISTICS AGENCY Reinhart Foodservice LLC, Valdosta, Georgia, has been awarded a maximum $185,615,149 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period and one two-year option period. Location of performance is Georgia, with an Aug. 31, 2021, performance completion date. Using customers are Army, Air Force and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3211). Vinyl Technology, Monrovia, California, has been awarded a maximum $9,518,724 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the CSU-22/P, Advanced Technology Anti-G Suit. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Location of performance is California, with a Sept. 15, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1188). NAVY Harper Construction Company Inc., San Diego, California, is awarded a $95,355,749 firm-fixed-price contract for the construction of the P-284 F-35C maintenance hangar at Naval Air Station, Lemoore, California. The project includes construction of a two-module Type I aircraft maintenance hangar, associated airfield pavements, operational and munitions storage, renovation of an existing battery shop, and building a new tool room. Project provides temporary facilities. Work will be performed in Lemoore, California, and is expected to be completed by November 2021. Fiscal 2019 military construction (Navy) contract funds for $95,621,143 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southwest, is the contracting activity (N62473-19-C-2455). Environmental Chemical Corp., Burlingame, California, is awarded a $90,696,992 firm-fixed-price task order (N62470-19-F-9101) under the global contingency construction multiple award contract for P001, master time clocks and operations facility, Naval Observatory, District of Columbia. The task order also contains 10 unexercised options and nine planned modifications, which if utilized, would increase the cumulative task order value to $95,546,157. The work to be performed provides for the construction of a new building to house the master clocks, demolition and renovation of existing buildings, rehabilitation of existing foundations, and associated Verizon and Potomac Electric Power Co. work. The options that remain are for electronic security measures, and are available for award up to 365 days after task order award. The planned modifications that remain are for furniture, fixtures, and equipment and audio visual equipment. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2024. Fiscal 2019 military construction, (Navy) appropriation contract funds for $32,298,969 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2020 military construction (Navy) appropriation contract funds for $58,398,023 will be awarded in fiscal 2020. Options and planned modifications will be fiscal 2020 or later operation and maintenance (Navy) funds. Four proposals were received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-8025). Hydroid Inc., Pocasset, Massachusetts, is awarded a $52,300,236 firm-fixed-price modification to previously-awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-19-D-0009) to increase the ceiling for production support for the MK 18 family of unmanned underwater vehicle systems. The MK 18 program supports unmanned underwater vehicle systems. This award brings the cumulative value of this contract, if all options are exercised, to $100,170,578. Work will be performed in Pocasset, Massachusetts, and is expected to be completed by April 2024. No funds are being obligated at the time of this action. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AECOM Management Services Inc., Germantown, Maryland, is awarded a $26,822,300 cost-plus-fixed-fee contract action for operations, maintenance, engineering, and management services in support of Combined Tactical Training Range systems and equipment. The services under this contract support live training events hosted on multiple tactical training ranges across the U.S. Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); Lemoore, California (1%); and is expected to be completed by March 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,779,303. Fiscal 2019 operation and maintenance, (Navy) funding for $6,120,000 will be obligated at time of award and expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426719C0036). Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $16,197,311 modification to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999). This modification provides non-recurring engineering to incorporate Phase II of the Multifunctional Information Distribution System/Joint Tactical Radio System on the E-2D Advanced Hawkeye aircraft in support of the government of Japan. Work will be performed in Melbourne, Florida (75.15%); Norfolk, Virginia (8.98%); Ronkonkoma, New York (8.42%); St. Augustine, Florida (6.34%); various locations within the continental U.S. (0.79%); and Misawa, Japan (0.32%), and is expected to be completed in December 2021. Foreign Military Sales funds for $16,197,311 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. Nan Inc., Honolulu, Hawaii, is awarded a $15,128,199 firm-fixed-price contract for construction of an ordnance operations facility at Andersen Air Force Base. The work includes construction of a low-rise (one-story) reinforced concrete ordinance operations building, which includes administrative spaces to support Marine Corps ordinance operations. This project also constructs a low-rise (one-story) reinforced concrete inert storehouse. Work will be performed in Yigo, Guam, and is expected to be completed by December 2021. Fiscal 2019 military construction (Navy) contract funds for $15,128,199 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1301). Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $14,523,096 modification (P00002) to a cost-plus-fixed-fee delivery order (N00019-19-F-2768) against a previously issued basic ordering agreement (N00019-17-G-0002). This modification exercises an option to procure support to implement capability defect packages and problem reports in accordance with work package task lists in support of V-22 fleet sustainment efforts. Work will be performed in Ridley Park, Pennsylvania (93%); and Fort Worth, Texas (7%), and is expected to be completed in June 2021. Fiscal 2019 operation and maintenance (Navy) funds for $2,759,590 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. International Marine and Industrial Applicators LLC, Spanish Fort, Alabama, is awarded a $14,152,760 firm-fixed-price contract for the accomplishment of preservation and non-SUBSAFE structural repairs and maintenance on USS Louisiana (SSBN 743). This contract includes options which, if exercised, would bring the cumulative value of this contract to $14,495,622. The work to be performed on this contract will support main ballast tank, superstructure, sail, recesses, sonar dome, interior and external hull to include commercial blast, non-SUBSAFE structural repairs and preservation. The contractor shall furnish the necessary management, material support services, labor, supplies and equipment deemed necessary to perform the work. Work will be performed in Bremerton, Washington, and is expected to be completed by December 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $14,152,760 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-19-C-0803). The General Electric Co., Cincinnati, Ohio, is awarded an $11,660,580 cost-plus-fixed-fee contract to research future concepts for advanced propulsion system technology for the next generation engine and integrated power and thermal management system as well as potential capabilities for the next generation jet engine aircraft in support of the Propulsion and Power Engineering Department. Work will be performed in Cincinnati, Ohio, and is expected to be completed in September 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds for $11,660,580 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement; nine offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0622). ARMY General Dynamics Information Technology, Falls Church, Virginia, was awarded a $49,000,000 firm-fixed-price contract to operate, sustain, and maintain the centralized meter data system. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0007). The Dutra Group, San Rafael, California, was awarded a $23,168,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Southport, North Carolina; and Wilmington, North Carolina, with an estimated completion date of July 17, 2020. Fiscal 2019 operations and maintenance, civil; and operations and maintenance, Army funds in the amount of $23,168,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0031). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $12,244,296 firm-price-incentive contract for M984A4 wrecker and self-recovery winch on the Family of Heavy Tactical Vehicles. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of May 31, 2021. Fiscal 2018 National Guard and Reserve equipment funds in the amount of $12,244,296 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0511). ZelTech Training Solutions LLC,* Winter Park, Florida, was awarded a $10,000,000 firm-fixed-price contract for the acquisition of three variant pyrotechnic cartridge launchers, spares, shipping, test cartridges, site surveys, new equipment training, installation, test and integration, interim contractor support, technical data and contractor manpower reporting. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0012). B3 Enterprises LLC,* Woodbridge, Virginia, was awarded a $9,443,920 firm-fixed-price contract for refuel and defuel services, personnel, management, parts, supplies and transportation vehicles. Bids were solicited via the internet with six received. Work will be performed in Daleville, Alabama, with an estimated completion date of Sept. 30, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,443,920 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006). L3 Doss Aviation, Colorado Springs, Colorado, was awarded a $9,424,653 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Oct. 31, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,643 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006). ESA South Inc., Cantonment, Florida, was awarded a $7,672,322 firm-fixed-price contract to renovate and convert Building 87017 from a dining facility to a brigade headquarters at Fort Hood, Texas. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Nov. 20, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,672,322 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0131). DEFENSE INFORMATION SYSTEMS AGENCY Artel LLC, Herndon, Virginia, was awarded a firm-fixed-price contract modification, P00010 to exercise Option Period Three against GS-35F-5151H/HC1013-16-F-0048 for commercial satellite communications service. The face value of this action is $11,817,932 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $59,098,160. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors. Performance will be at the contractor's facility located in Herndon, Virginia. The period of performance for the base period was Sept. 25, 2016, through Sept. 24, 2017, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. Inmarsat Government Inc., Reston, Virginia, was awarded a firm-fixed-price contract modification to exercise Option Period One against GS00Q-17-NRD-4014/HC1013-18-F-0243 for commercial satellite communications service. The face value of this action is $10,999,476 funded by fiscal 2019 operations and maintenance funds. Primary performance will be at the contractor's facility in Reston, Virginia. Proposals were solicited via the General Services Administration's Complex Commercial Satellite Communications contract, and six proposals were received from 22 offerors solicited. The base period of performance is Sept. 17, 2018, through Sept. 16, 2019, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1961889/source/GovDelivery/

Toutes les nouvelles