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

Contract Awards by US Department of Defense - August 05, 2020

AIR FORCE

HHI Corp., Ogden, Utah (FA2517-20-D-0011); Pro-Mark Services, Inc., West Fargo, North Dakota (FA2517-20-D-0010); Native American Services Corp., Kellogg, Idaho (FA2517-20-D-0009); and Creative Times Dayschool LLC, Ogden, Utah (FA2517-20-D-0007), have collectively been awarded contracts valued at $422,222,224 in support of an indefinite-delivery/indefinite-quantity, multiple-award construction contract. This contract provides for a broad range of design-bid-build/design-build services up to 100% and maintenance, repair and minor construction work on real property along the Front Range of Colorado and Wyoming. Work will be primarily performed at Fort Carson Army Base, Colorado, to include Pinon Canyon Maneuver Site, and Pueblo Chemical Depot; Cheyenne Mountain Air Force Station, Colorado; Peterson Air Force Base, Colorado; Schriever AFB, Colorado; United States Air Force Academy, Colorado, to include Farish Memorial Recreation and Bulls Eye Auxiliary Airfield; Buckley AFB, Colorado; and F.E. Warren AFB, Wyoming. Work is expected to be completed Feb. 2, 2028. This award is the result of a competitive acquisition and 32 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $5,000 will be awarded to each contractor at the time of award. The 21st Contracting Squadron Peterson AFB, Colorado, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Chico Produce Inc.,* doing business as ProPacific Fresh, Durham, California (SPE300-20-D-P351, $135,000,000), and Coast Citrus Distributors,* doing business as Coast Tropical, Union City, California (SPE300-20-D-S742, $15,000,000) have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE300-19-R-0006 for fresh fruit and vegetable support for the Northern California and Northwestern Nevada zones. These were competitive acquisitions with two responses received. They are five-year contracts with no option periods. Locations of performance are California and Nevada, with an Aug. 5, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Department of Agriculture schools and tribal reservations. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

General Dynamics National Steel and Shipbuilding Co. – Norfolk, Norfolk, Virginia, is awarded a $106,923,080, firm-fixed-price contract for the execution of the USS Bataan (LHD 5) fiscal 2020 selected restricted availability. This availability will include a combination of maintenance, modernization and repair of the USS Bataan (LHD 5). This contract includes options which, if exercised, will bring the cumulative value of this contract to $130,861,394. Work will be performed in Norfolk, Virginia. This is a “long-term” non-docking availability and was solicited on a coast-wide (east and Gulf coasts) basis without limiting the place of performance to the vessel's homeport. General Dynamics NASSCO – Norfolk will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization for USS Bataan (LHD 5). Work is expected to be completed by December 2021. Fiscal 2020 operations and maintenance (Navy); and 2020 other procurement (Navy) funding in the amount of $106,923,080 will be obligated upon contract award and funds in the amount of $1,816,383 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website and one offer was received in response to Solicitation No. N00024-19-R-4467. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-4467).

Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $75,000,000 maximum amount, firm-fixed-price, indefinite-delivery/indefinite-quantity job order contract for construction projects at Camp Lemonnier and Chabelley Air Field, Djibouti. No task orders are being issued at this time. Work will be performed in Djibouti, Africa. The work to be performed provides for various renovations, repairs, maintenance, replacements, alterations, demolition and construction projects for Camp Lemonnier and Chabelley Air Field, Djibouti. The construction may include minor alteration, repair of real property (industrial and commercial) and utilities. The term of the contract is not to exceed 60 months and work is expected to be completed by September 2025. Fiscal 2020 military operations and maintenance (Navy) (O&M, N) contract funds in the amount of $5,000 are obligated on this award for the guaranteed minimum and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N and military construction (Navy). This contract was competitively procured via the Federal Business Opportunities website and six proposals were received. The Naval Facilities Engineering Command, Europe Africa Central, is the contracting activity (N33191-20-D-0811).

General Dynamics National Steel and Shipbuilding Co. San Diego, San Diego, California, was awarded a $37,195,489, firm-fixed-price contract for the execution of the USS Lake Erie (CG 70) fiscal 2021 Selected Restricted Availability. This availability will include a combination of maintenance, modernization and repair of the USS Lake Erie. This contract includes a base period and options which, if exercised, will bring the cumulative value of this contract to $62,991,030. Work will be performed in San Diego, California. This is a “long-term” availability and was solicited on a coast-wide (west coast) basis without limiting the place of performance to the vessel's homeport. National Steel and Shipbuilding Co. will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization for USS Lake Erie. Work is expected to be completed by January 2022. Fiscal 2020 other procurement (Navy); and 2020 operations and maintenance (Navy) funding in the amount of $37,195,489 will be obligated at time of award and funds in the amount of $3,633,807 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website and three offers were received in response to Solicitation No. N00024-20-R-4401. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded July 31, 2020)

ARMY

Leidos Inc., Reston, Virginia, was awarded an $11,916,585 modification (P00001) to contract W58RGZ-20-C-0024 to support the continued system operations and sustainment services and test and training services in support of the Saturn Arch Aerial Intelligence Systems Quick Reaction Capability Program. Work will be performed in Reston, Virginia; Bridgewater, Virginia; and Huntsville, Alabama, with an estimated completion date of March 16, 2024. Fiscal 2020 operations and maintenance (Army) funds in the amount of $11,916,585 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DR Reed and Associates Inc.,* Nederland, Colorado, was awarded a $9,800,000 firm-fixed-price contract for architecture and engineering services for civil works projects at various locations in the Los Angeles District. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2025. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-20-D-0032).

CORRECTION: It was previously-announced that contract W911QY-20-C-0086 had been awarded on Aug. 3, 2020. The actual award date was Aug. 4, 2020.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2302143/source/GovDelivery/

Sur le même sujet

  • Eurodrone engine candidates tout wares as decision draws near

    6 décembre 2021 | International, Aérospatial

    Eurodrone engine candidates tout wares as decision draws near

    As Airbus awaits a sign-off on its new European drone, a U.S.-owned Italian firm and a French company are on tenterhooks to discover who has been picked to supply the engine.

  • La rapidité du traitement de données, clé des combats aériens futurs

    14 septembre 2021 | International, C4ISR

    La rapidité du traitement de données, clé des combats aériens futurs

    Le Figaro a recueilli les propos du général Lavigne, chef d'état-major de l'armée de l'Air et de l'Espace (CEMAAE), récemment nommé commandant suprême «Transformation» de l'OTAN, ainsi que du général Brown, chef d'état-major de l'US Air Force. Les deux généraux ont confié leur vision du futur des conflits armés, qui implique « rapidité » et « imbrication » accrues. Que ce soit dans des zones soumises à un « déni d'accès » compte tenu de l'étendue des défenses sol-air, ou dans un conflit de « haute intensité », l'aviation « aura toujours un rôle clé à jouer », insiste le général Lavigne. « Nous devons être prêts individuellement, technologiquement supérieurs et certains d'aller plus vite que nos adversaires», ajoute-t-il, avant d'indiquer: « nous devons travailler notre boucle OODA (Observer, Orienter, Décider, Agir) ». En compressant toujours plus les quatre temps de la tactique militaire, les armées occidentales ont progressivement acquis une supériorité sur leurs adversaires. Mais dans des armées toujours plus technologiques, l'enjeu se complexifie. « Nous devons gérer les données plus rapidement », souligne le général Lavigne. Le Figaro du 14 septembre

  • Contract Awards by US Department of Defense - June 23, 2020

    25 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 23, 2020

    DEFENSE LOGISTICS AGENCY Steris Corp., Mentor, Ohio, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 41 offers received. This is a five-year base contract with one five-year option period. Location of performance is Ohio, with a June 22, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0008). Thales Defense & Security Inc., Clarksburg, Maryland, has been awarded a maximum $81,800,432 firm-fixed-price contract for Airborne Low Frequency Sonar spare parts. 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 five-year one-month contract with no option periods. Location of performance is Maryland, with a July 30, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-Y043). Simmonds Precision Sensors & Integrated Systems, Vergennes, Vermont, has been awarded a maximum $9,052,524 firm-fixed-price contract for vehicle flight system management spare parts. 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 two-year one-month contract with no option periods. Location of performance is Vermont, with a July 30, 2022, performance completion date. Using customers are Navy and Danish military forces. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds and Foreign Military Sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-E-F02). NAVY Jacobs/B&V JV (Federal Services), Honolulu, Hawaii, is awarded $85,000,000 for an indefinite-delivery/indefinite-quantity contract with a maximum amount of $85,000,000 for architect-engineer services for various projects primarily under the cognizance of Naval Facilities Engineering Command (NAVFAC), Hawaii. Work will be performed at various Navy, Marine Corp and other government facilities within the NAVFAC Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%). The work to be performed provides for architect-engineer services to include, but are not limited to, utility projects; the execution and delivery of military construction (MILCON) project documentation; functional analysis and concept development workshops, design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies, site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; furniture, fixtures and equipment packages; and post construction award services. Work is expected to be completed by June 2025, and the term of the contract is not to exceed 60 months. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds for the minimum guarantee in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON planning and design funds. This contract was competitively procured via the beta SAM website, and four proposals were received. The Naval Facilities Engineering Command, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5036). Lockheed Martin Corp., Liverpool, New York, is awarded a $22,433,508 modification (P00001) to firm-fixed-price order N00019-20-F-0535 against basic ordering agreement N00019-19-G-0029. This order exercises options to procure 12 retrofit advanced radar processor systems for the E-2D Advanced Hawkeye aircraft. Work will be performed in Liverpool, New York (54%); and Andover, Massachusetts (46%), and is expected to be completed by November 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $3,738,918; and fiscal 2020 aircraft procurement (Navy) funds in the amount of 18,694,590 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. Mercury Defense Systems Inc., Cypress, California, is awarded an $11,734,623 firm-fixed-price order N68335-20-F-0243 against previously issued basic ordering agreement N683350-17-G-0017. This order provides for non-recurring engineering associated with the hardware and software design and development of the Type II Advanced Digital Radio Frequency Memories (DRFM) as well as the production and delivery of 22 DRFMs for the Navy and the Air Force under Small Business Innovation Research Topic N06-036 titled, “Advanced Techniques for Digital Radio Frequency Memories (DRFM).” Work will be performed in Cypress, California (73%); and West Caldwell, New Jersey (27%), and is expected to be completed by November 2021. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $4,800,528; fiscal 2020 research, development, test and evaluations (Navy) funds in the amount of $$4,267,136; and fiscal 2020 weapons procurement (Navy) funds in the amount of $2,666,960 will be obligated at time of award, none 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. ARMY Hardwire LLC,* Pocomoke, Maryland (W91CRB-20-D-0026); Leading Technology Composites Inc.,* Wichita, Kansas (W91CRB-20-D-0027); and Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-20-D-0028), will compete for each order of the $57,914,467 firm-fixed-price contract for the procurement of small arms protective inserts. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 22, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $49,621,502 firm-fixed-price contract for the purchase of the Joint Service General Purpose Mask systems and spare components. 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 June 22, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0078). CORRECTION: The multiple award task order contract issued on April 22, 2020, listed eight contractors. In addition to them, CES-RESCON LLC,* Anchorage, Alaska (W911KB-20-D-0016), will compete for each order of the $140,000,000 firm-fixed-price contract. AIR FORCE Advanced Electronics Co. Ltd., Riyadh, Saudi Arabia, has been awarded a $12,374,760 firm-fixed-price and cost-reimbursable modification (P00030) to contract FA8730-16-C-0019 for the Royal Saudi Air Force (RSAF) F-15SA Cyber Protection System (CPS) and Related Facilities program. This modification provides for implementation and delivery of end-user training for the CPS for two years. The scope of this contract effort will include custom contractor-developed training and original equipment manufacturer training. This is a Foreign Military Sales (FMS) acquisition between the U.S. government and the Kingdom of Saudi Arabia. This FMS is for the total package of acquisition and fielding of 84 F-15A aircraft; the upgrade of 70 F-15SA aircraft to the F-154SA configuration; the procurement of associated equipment, weapons and spares; and the construction, refurbishment and infrastructure improvements of support facilities for the F-15SA in the Kingdom of Saudi Arabia. Work will be performed at RSAF facilities in the Kingdom of Saudi Arabia and is expected to be completed by June 1, 2022. This award is the result of a sole-source acquisition and FMS funds in the full amount will be obligated at the time of the award. Total cumulative face value of the contract is $165,863,230. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Compunetix Inc., Monroeville, Pennsylvania, has been awarded a $9,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for equipment to upgrade mission control rooms (MCR) at the Ridley Mission Control Center, the Birk Flight Test Facility and MCRs at Eglin Air Force Base, Florida. Work will be performed at Edwards AFB, California; and Eglin AFB, and is expected to be completed June 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Test Center, Edwards AFB, is the contracting activity (FA9302-20-D-0010). The Boeing Co., Oklahoma City, Oklahoma; San Antonio, Texas; and Hamamatsu, Japan, has been awarded an $8,471,689 firm-fixed-price, cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00005) to contract FA8730-18-C-0001 for the Japan Airborne Warning and Control System (AWACS) mission computing upgrade (MCU) installation and checkout (I&CO) and Automatic Dependent Surveillance Broadcast Out (ADS-B Out). The contract modification is to upgrade its fleet of four aircraft with the ADS-B Out capability. ADS-B Out is a software and hardware update to the Raytheon APX-119 transponder that includes the addition of a Global Positioning System (GPS) card. Under the E-767 AWACS I&CO program, the GPS card is to be installed within the four aircraft and updating the three ground support facilities. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; and Hamamatsu, Japan, and is expected to be completed Dec. 23, 2023. This modification involves Foreign Military Sales (FMS) to the Japan Air Self-Defense Force. FMS funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $227,688,995. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. CORRECTION: The following contract numbers were omitted from a June 19, 2020, announcement of a multiple-award contract to provide equipment, training and product support to approximately 3,500 Air Force Special Warfare operators, as well as authorized users in support of Special Warfare mission requirements: Federal Resources, Stevensville, Maryland (FA8629-20-D-5003); W.S. Darley & Co., Itasca, Illinois (FA8629-20-D-5052); US21 Inc., Fairfax, Virginia (FA8629-20-D-5053); Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8629-20-D-5054); and Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8629-20-D-5055). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2229945/source/GovDelivery/

Toutes les nouvelles