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

Contract Awards by US Department of Defense - August 11, 2020

NAVY

Continental Tide Defense Systems Inc. (Tide),* Reading, Pennsylvania (N64498-20-D-4030); Gibbs & Cox Inc. (G&C), New York, New York (N64498-20-D-4031); McKean Defense Group LLC (McKean), Philadelphia, Pennsylvania (N64498-20-D-4032); NDI Engineering Co. (NDI),* Thorofare, New Jersey (N64498-20-D-4033); and Q.E.D. Systems Inc. (Q.E.D.), Virginia Beach, Virginia (N64498-20-R-4029), are each awarded indefinite-delivery/indefinite quantity, cost-plus-fixed-fee contracts with firm-fixed-price task order provisions for a combined, not-to-exceed $165,092,379 to provide engineering, technical, logistics and program management services to perform the functions for Navy and Army surface ships, submarines, and assault craft. Functions include engineering, technical and logistics support for in-service ship systems and equipment, refurbishment and testing of electrical and electrical control equipment, program management, programmatic, engineering and implementation coordination support for equipment upgrades and ship modernization initiatives and direct fleet support for afloat units at the waterfront. Contractor support is required to provide the necessary technical expertise, technical personnel mix and support for all of these efforts. The contract awarded to Tide is not to exceed $31,764,960; the contract awarded to G&C is not to exceed $33,491,813; the contract awarded to McKean is not to exceed $31,531,799; the contract awarded to NDI is not to exceed $33,667,355; and the contract awarded to Q.E.D. is not to exceed $30,420,902. The contract awards listed above are not to exceed a program value and combined total of $34,636,452. Work will be completed at the contractors' facilities (86%); and Philadelphia, Pennsylvania (14%). Work is expected to be completed by July 2026. Fiscal 2020 other procurement (Navy) (91%); and operations and maintenance (Navy) (9%) funding in the total amount of $500,000 ($100,000 minimum guarantee per contract) will be obligated at time of award via individual task orders, of which operations and maintenance (Navy) funding in the amount of $44,800 will expire at the end of the current fiscal year. These contracts were competitively procured using full and open competition via the Federal Business Opportunities website, with 10 offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $25,127,577 cost-plus-fixed-fee delivery order (N00019-20-F-0863) against basic ordering agreement N00019-19-G-0029. This order provides non-recurring engineering for the development of logistics support products for the Maintenance Task Analysis Phase II, a provisioning database of technical information to include 2D drawings that supports all operational, intermediate, and depot level maintenance for the CH-53K helicopter. Work will be performed in Stratford, Connecticut (63%); Jupiter, Florida (11%); Chesterfield, Missouri (6%); St. Marcel, France (5%); Rockmart, Georgia (2%); Titchfield, England (2%); Rome, New York (2%); Springfield, New Jersey (2%); Orange, Connecticut (1%); Westbury, New York (1%); Avon, Ohio (1%); and various locations within the continental U.S. (4%), and is expected to be completed in August 2024. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $5,043,000 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.

Kiliuda Consulting LLC,* Anchorage, Alaska, is awarded an $18,883,593 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task orders that will be issued to provide business support services for the Naval Surface Warfare Center Panama City Division corporate operations. The services under this contract will provide facilities support (workspace design and physical reconfiguration); visual information support (illustration and photography/videography); security support (excluding law enforcement); Manager's Internal Control program support; material and equipment property management support; travel accounting, management and program analysis; and quality office and office clerical support. Work will be performed in Panama City, Florida, and is expected to be complete by October 2021, and if all options are exercised, would be complete by October 2025. No funding will be obligated by this action. Task orders will primarily be funded with Navy working capital funds. Navy working capital funds will be obligated on task orders as they are issued. This contract was competitively procured as a Section 8(a) small business set-aside with 10 offers received. Offers were solicited via the beta.SAM.gov contract opportunities website. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-20-D-0016).

DEFENSE LOGISTICS AGENCY

US Foods, Manassas, Virginia, has been awarded a maximum $51,600,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Location of performance is Virginia, with an Aug. 11, 2024, ordering period end date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3274).

Claflin Service Co., Warwick, Rhode Island, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 127 responses received. This is a five-year contract with no option periods. Location of performance is Rhode Island, with an Aug. 10, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0046).

Telephonics Corp., Farmingdale, New York, has been awarded a maximum $44,999,380 firm-fixed-price, indefinite-delivery requirements contract for communication interface units. This was a limited source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a five-year contract with no option periods. Location of performance is New York, with an Aug. 31, 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-0060).

Dominion Privatization Texas LLC, Richmond, Virginia, has been awarded a $42,075,122 modification (P00040) to a 50-year contract (SP0600-16-C-8312) with no option periods for additional utility services for the electric and natural gas utility systems at Fort Hood, Texas. This modification increases the obligated value from $68,019,912 to $69,377,704. This is a firm-fixed-price with economic-price-adjustment contract. Locations of performance are Virginia and Texas, with a June 30, 2066, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2067 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Sysco Central Alabama Inc., Calera, Alabama, has been awarded a maximum $13,586,862 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 132-day bridge contract with no option periods. Locations of performance are Alabama and Florida, with a Dec. 19, 2020, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal year 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3282). (Awarded Aug. 7, 2020)

ARMY

Liqid Inc.,* Broomfield, Colorado, was awarded a $31,850,000 firm-fixed-price contract for high-performance computing modernization programs. Bids were solicited via the internet with three received. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of Feb. 6, 2026. Fiscal 2020 other procurement (Army) funds in the amount of $25,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0508).

DigiFlight Inc.,* Columbia, Maryland, was awarded a $15,304,730 modification (P00033) to contract W31P4Q-19-F-E002 for logistic support services for the Apache Attack Helicopter Project Manager's Office. Work will be performed in Columbia, Maryland, with an estimated completion date of Aug. 10, 2021. Fiscal 2020 aircraft procurement appropriations funds in the amount of $15,304,730 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2309332/source/GovDelivery/

Sur le même sujet

  • NGEN-R: What is the Navy thinking?

    20 septembre 2018 | International, Naval, C4ISR

    NGEN-R: What is the Navy thinking?

    By: Amber Corrin The Navy released a long-awaited final request for proposals Sept. 18 for the re-compete of its Next Generation Enterprise Network contract. But it's part one of two, covering only the hardware side of things as the service looks to overhaul its Navy-Marine Corps Intranet. According to analysts at Deltek, each piece of the NGEN-R request is valued at roughly $250 million over a three-year period, per estimates from Space and Naval Warfare Systems Command. That's significantly lower than NGEN's original $3.5 billion price tag. Specifically, the RFP seeks hardware devices for use on the Department of Defense's classified and unclassified networks, including desktops, laptops, two-in-one detachable devices, tablets, ultra-small desktop computers, as well as thin- or zero-client devices. A single device could serve multiple users and associated accounts, according to the RFP. But for the roughly 400,000 devices NGEN-R looks to replace, the service in particular is looking at an end-user hardware-as-a-service arrangement. “It's breaking out the services that are being provided in a way that allows us to gain most effective advantage of how industry does business today,” Capt. Don Harder, deputy program executive officer for Navy enterprise information systems, told Federal Times in a recent interview. “The end user of hardware and devices as its own separate contract, there are those suppliers out there that that's what they specialize in. By breaking that out into its own contractual component within the NGEN-R construct ... we believe will allow us to get more effective advantage to pricing on those components.” The language in the RFP solidifies Harder's thoughts as part of the statement of work. “In acquiring EUHWaaS, the Government is only acquiring the service of using an EUHW device. This is not a purchase, and titles for all EUHWaaS devices remain with the Contractor,” the RFP states. “EUHWaaS includes the provisioning, storage of spares, configuration, testing, integration, installation, operation, maintenance, [end-of-life] disposal of NIPRNet and SIPRNet EUHW, and internal storage device removal and destruction requirements.” Bids for the hardware piece of NGEN-R are due Nov. 19. The second part of the NGEN-R RFP, service management integration and transport or SMIT, is expected in the next 30 days, according to a Navy spokesman. SMIT will cover much of NMCI's backbone and functionality, including services ranging from help desk to productivity suites to network defense — and how they're technically provided. Splitting NGEN-R into two separate contracts was an intentional move designed, at least in part, to give the Navy greater flexibility in the capabilities available to users, and the options for buying them, as technology evolves. “We are modifying how the services are broken out in a way that it allows us to sever some of those services as new mechanisms [and] provide [them as they are] brought into play or brought to our attention,” Harder said, using cloud capabilities as an example. “We may allow a mechanism to pull some of those into either a hybrid cloud or a cloud solution in the future. If so, it may go on a separate contractual vehicle at which point in time we would sever those services away from the SMIT vehicle. So, we're looking at how we take those services and how we manage them contractually, which would allow us, again additional flexibility later on down the road.” Harder said that throughout the development of NGEN-R, he's been eyeing not just the Navy, but also the broader government to benefit from the new approach. “We're building in that flexibility that allows the government the ability in the future even to find components of services that can be done in a more effective or efficient way [and] either sever them or modify them separately as opposed to having to break apart the entire contract to do something,” he said. The hardware piece of NGEN-R was released less than two weeks after Navy officials announced a one-year, $787 million extension to the incumbent provider, Perspecta. Harder declined to put a dollar figure on the NGEN-R contract, as did other Navy officials. The RFP comes after several delays — officials previously had said the contract would be up for bidding this summer. According to Harder, prior to release the RFP had to be approved by leadership at the Office of the Assistant Secretary of the Navy for research, development and acquisition, as well as the Office of the Secretary of Defense's Defense Procurement and Acquisition Policy office. Harder said the Navy has taken extra time to shore up “the education piece” — ensuring the contracting process meets leaders' expectations, particularly with the new strategy. And IT modernization also has come into play, with officials from the broader DoD looking to NGEN as a possible model or even contract vehicle for defense networks down the line, he said. “We need to ensure that what we have placed in the contract and how we're going about the contract meets leadership expectations. And because we are doing things in a different way, that's taking a little bit of time,” Harder said. The Navy's approach to running NMCI today is “one of the more cost-effective ways of managing networks. And there is a desire as part of one of the many IT reform efforts [for possible] integration of networks in the future to mimic or, potentially, even ride on our contracts.” https://www.federaltimes.com/acquisition/2018/09/19/ngen-r-what-is-the-navy-thinking

  • New $150 million facility opens in Austin, Texas, expanding innovation and manufacturing capabilities

    5 octobre 2022 | International, Autre défense

    New $150 million facility opens in Austin, Texas, expanding innovation and manufacturing capabilities

    Expansion space exists within the manufacturing facility ready to take on future growth.

  • Honeywell's quantum computing firm valued at $5 billion after latest fundraise
Toutes les nouvelles