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

Contract Awards by US Department of Defense - August 13, 2020

NAVY

BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $103,590,841 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS Preble (DDG 88) Chief of Naval Operations scheduled depot maintenance period. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $117,754,630. The purpose is to maintain, modernize, and repair the USS Preble. The USS Preble will receive comprehensive modernization for DDG-51 class ships to ensure a mission relevant service life. 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. BAE Systems will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS Preble. Work will be performed in San Diego, California, and is expected to be complete by February 2022. Fiscal 2020 other procurement (Navy) (89.8%); and operations and maintenance (Navy) (10.2%) funding in the amount of $103,590,841 will be obligated at time of award, of which $10,553,208 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 with two competitive proposals received in response to Solicitation No. N00024-20-R-4400. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-4400).

Ribcraft USA LLC,* Marblehead, Massachusetts, is awarded a $38,608,278 firm-fixed price, indefinite-delivery/indefinite-quantity, single award contract for construction of 132 seven-meter (7M) Rigid Hull Inflatable Boats (RHIBs). The total contract is for the construction and delivery of up to 278 7M RHIBs. The base contract also included options for associated support efforts related to the construction and delivery for engineering and industrial services, and provisioned items orders. At the time of contract award, 48 7M RHIBs are being purchased. Work under the first order will be performed in Marblehead, Massachusetts, and is expected to be complete by March 2023. This contract includes options which, if exercised, would bring the cumulative value of this contract to $78,241,197. Fiscal 2020 shipbuilding and conversion (Navy) (69%); and other procurement (Navy) (31%) funding in the amount of $12,649,937 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured as a small business set-aside. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-D-2210).

RQ Construction LLC, Carlsbad, California, is awarded a $33,602,000 firm-fixed-price contract for 5th Battalion, 10th Marines High Mobility Artillery Rocket System (HIMARS) located at the Marine Corps Base in Camp Lejeune. Work will be performed in Camp Lejeune, North Carolina and is expected to be completed by March 2023. The construction project will result in an operations complex for the activation of 5th Battalion, 10th Marines HIMARS. The work to be performed provides for construction of a battalion/company headquarters, automotive vehicle maintenance shop, humidity-controlled warehouse, electronics communications maintenance shop, combat vehicle maintenance shop, armory addition, and a high-explosive magazine to comply with UFC 4-420-01 ammunitions and explosives storage magazines. All structures will be low-rise steel frame with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The battalion/company headquarters facility includes the necessary administrative space to conduct the day-to-day operations of both the battalion and its companies. The automotive vehicle maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies. The humidity-controlled warehouse will be a high bay facility that will house a 10-ton capacity overhead crane. The facility includes administrative and support space, storage bays, secured storage, and shipping/receiving area. The electronics communication maintenance shop includes administrative and support space, equipment maintenance and training areas, and storage areas for parts and supplies. The combat vehicle maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies. The armory addition includes administrative and support space for armorers/custodians, secure space for storing and maintaining weapons and a covered outdoor weapons cleaning area. The magazine will be used for the storage and handling of reduced range practice rounds to support live-fire HIMARS training. Fiscal 2020 military construction, (Navy) contract funds in the amount of $33,602,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Government Point of Entry Contract Opportunities on beta.SAM.com with 10 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0145).

Pacific Maritime Industries Corp.,* San Diego, California (N00189-20-D-0021); Tri-Way Industries Inc.,* Auburn, Washington (N00189-20-D-0022); and Spec-Built Systems Inc.,* San Diego, California (N00189-20-D-0023), are awarded an estimated $25,938,325 multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide a means to purchase of light weight modular berths and related materials in support of the Shipboard Habitability Improvement Program at competitive prices in accordance with the delivery schedules listed on the statement of work. The contracts will run concurrently and will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8, which if exercised, will bring the total value of this contract to $28,996,501. The base ordering period is expected to be completed by August 2025; if the option is exercised, the ordering period will be completed by February 2026. Specific requirements for habitability support cannot be predicted at this time; therefore, the various locations of where the supplies will be delivered cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,500 ($2,500 on each of the three contracts) will be obligated to fund the contracts' minimum amounts, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity.

PTC Inc., Boston, Massachusetts, is awarded a $17,131,314 firm-fixed-price contract modification to previously awarded contract N00024-20-C-6121 to exercise and fund an option for integration and development efforts in support of Model Based Production Support. This option exercises and funds an option for Model Based Production Support integration and development support. Work will be performed in Boston, Massachusetts, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $370,949 will be obligated at the 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.

Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $16,567,594 firm-fixed-price contract (N3220520C4002) for a 64-calendar day shipyard availability for the mid-term availability of the fleet replenishment oiler USNS Walter S. Diehl (T-AO 193). The $16,567,594 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include main and emergency switchboard cleaning; lifeboat and rescue boat davit maintenance and testing; 6,000-hour overhaul of port and starboard main engine exhaust valves, port and starboard main engine fuel injection pumps; annual firefighting inspection and certification; inspection and overhaul of shaft brakes; preparation and paint saltwater ballast tanks 10 port and starboard; preparation and paint fore peak tank; preparation and paint distillate fuel marine cargo tank seven port; preparation and paint jet propellant 5 contaminated tank; preparation and paint distillate fuel marine contaminated tank; tank deck non-slip renewal frames 20 through 40; miscellaneous steel repairs; miscellaneous valve and actuator repairs; tank deck overhead preservation; bi-annual gauge calibration; blast and paint 02 Level lifeboats; pump room bilge preservation; number one and two constant tension winch overhaul; refrigeration plant room; tank deck sprinkler system flush; inspection and painting of the distillate fuel marine piping; sea valve and waster piece overhaul; replace anti-slip on 05, 06 and 07 Levels, various pump overhauls; underway replenishment station permanent repairs to Stations Three, Four and Eight; various steel deck renewals; miscellaneous pipe repair; and underway replenishment gear maintenance. The contract includes options, which, if exercised, would bring the total contract value to $17,860,194. Funds will be obligated Aug. 12, 2020. Contract completion will be Dec. 4, 2020. Work will be performed in Boston, Massachusetts, and is expected to begin Oct. 1, 2020. Contract funds in the amount of $16,567,594, excluding options, are obligated for fiscal 2021 using working capital funds (Navy). This contract was competitively procured, with proposals solicited via the beta.sam.gov website and three offers were received. The U. S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220520C4002).

GM/Bulltrack JV LLC,* Clackamas, Oregon, is awarded firm-fixed-price task order N6247820F4221 at $9,165,646 under a multiple award construction contract for Wharf 2 structural repairs at Joint Base Pearl Harbor-Hickam. The work to be performed includes performing spall and crack repairs to concrete pile caps, beams, curtain wall, utility vault, deck (above and below), deck curbs, and mooring foundations; replacing timber deck curbing with concrete; repairing concrete piles by installing epoxy-filled fiberglass jackets; installing a cathodic protection system for the steel sheet piles; replacing timber fender piles with precast concrete fender piles with rub strips; replacing timber wales and chocks at the deck level and timber framing near the waterline with plastic lumber; refurbishing steel cleats and connection hardware; replacing potable water piping and deteriorated utility hangers. Work will be performed in Oahu, Hawaii and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $9,165,646 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4027).

Katmai Integrated Solutions LLC, Anchorage, Alaska, is awarded an $8,004,940 hybrid firm-fixed-price, time and materials, and cost reimbursement contract for a wide range of experimentation, business, and operational support services in support of the U.S. Marine Corps Combat Development Command Warfighting Laboratory. This contract includes a 12-month base period, four 12-month option periods, and one six-month option period which, if exercised, could bring the cumulative value of this contract to $59,492,149. Work will be performed in Quantico, Virginia (92%); and with the Marine Corps Expeditionary Forces (8%). Work is expected to be completed Aug. 14, 2021. If all options are exercised, work will continue through Feb. 14, 2026. Fiscal 2020 operations and maintenance (Marine Corps); and research and development (Navy) funds will be utilized to award this contract. The contract will be incrementally funded at award with $670,000 in fiscal 2020 operations and maintenance (Marine Corps) funds; and $2,291,661 in fiscal 2020 research and development (Navy) funds, for a total of $2,925,825. This amount will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively solicited via beta.SAM.gov, with 10 proposals received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-20-C-0006).

ARMY

Power and Instrumentation Service Inc.,* Vega Baja, Puerto Rico, was awarded a $45,000,000 firm-fixed-price contract for numerous rapid-response temporary roofing projects in the U.S. Virgin Islands in the event of an emergency. 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 March 31, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0044).

KBRwyle Technology Solutions LLC, Columbia, Maryland, was awarded a $23,727,971 modification (000274) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3 Charleston Afloat Program. Work will be performed in Goose Lake, South Carolina, with an estimated completion date of Feb. 14, 2021. Fiscal 2020 operation and maintenance, Army funds in the amount of $4,462,109 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Native American Services Corp.,* Kellogg, Idaho, was awarded an $8,315,231 firm-fixed-price contract for construction of a standard design general purpose storage building. Bids were solicited via the internet with five received. Work will be performed at Fort Hood, Texas, with an estimated completion date of Aug. 21, 2020. Fiscal 2020 military construction, Army funds in the amount of $8,315,231 were obligated at the time of the award. U.S. Army Contracting Command, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0005).

Barnett Southern Corporation Inc.,* Washington, Georgia, was awarded a $7,775,643 firm-fixed-price contract for furnishing all plant, equipment, labor, transportation, fuel, lubricant, supplies and materials; and performing all operations in connection with raising dikes and berms, and installation of new spillway systems in the Atlantic Intercoastal Water Way in South Carolina. Bids were solicited via the internet with four received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 29, 2022. Fiscal 2020 civil operation and maintenance funds in the amount of $7,775,643 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-20-C-0005).

R&D Maintenance Services Inc.,* Tulsa, Oklahoma, was awarded a $7,146,969 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for operation and maintenance of government-owned facilities and equipment at Tennessee-Tombigbee Waterway and Okatibbee Lake projects in Alabama and Mississippi. Bids were solicited via the internet with three received. Work will be performed in Columbus, Mississippi, with an estimated completion date of Nov. 30, 2025. Fiscal 2020 civil operation and maintenance funds in the amount of $364,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0018).

AIR FORCE

First RF Corp.,* Boulder, Colorado, has been awarded a maximum $24,900,000 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion orders for radio frequency electronic antenna cancellation/beamforming technology software/hardware prototypes. This contract provides for research, development, testing, evaluating and deploying advanced radio frequency (RF) systems. These systems may support any of the various RF functions such as radar, communications, electronic warfare, signals intelligence, direction finding, etc. Work will be performed in Boulder, Colorado, and is expected to be completed Aug. 13, 2026. This award is the result of a sole-source acquisition. Fiscal 2019 research, development, test and evaluation funds in the amount of $300,000 are being obligated at the time of award on the first task order. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-D-0500).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2312498/source/GovDelivery/

Sur le même sujet

  • Europe must take on its own defense responsibilities

    7 juillet 2020 | International, Aérospatial

    Europe must take on its own defense responsibilities

    By: Ian Bond As they look at the state of their coronavirus-hit economies and U.S. President Donald Trump's poor standing in opinion polls, many European leaders may be tempted to put on hold any plans to meet NATO's target of spending 2 percent of gross domestic product on defense. But Europeans need to wake up. Trump is not a reliable ally, and the damage he has done to the trans-Atlantic partnership is likely to linger. Trump's hostility to NATO has been obvious since he called into question its Article 5 mutual defense guarantee during his last presidential campaign. We now know, according to former national security adviser John Bolton's tell-all memoir, that Trump was ready to pull the U.S. out of NATO at its 2018 summit. In recent weeks Trump announced without warning that the U.S. will withdraw 9,500 — more than one quarter — of the 34,500 troops it has stationed in Germany because the German government is not spending enough on defense. Then at a Washington press conference with Polish President Andrzej Duda, Trump said a large number of NATO countries were “delinquent” and declared that Europe was taking “tremendous advantage of the United States on trade.” Trump may not understand how NATO works or the value to the U.S. of having troops in Germany, but it is true that the U.S. carries a disproportionately large share of the financial burden of defending Europe. During his presidency, Barack Obama also accused Europe of being “complacent” about its own defense — though he was rather more diplomatic. Only a handful of European NATO members have met the alliance's target of spending 2 percent of GDP on defense over the past 20 years, while the U.S. has consistently exceeded it, spending 3.1-4.9 percent. But Europe's problem is not just the amount it spends on defense, but the inefficiency and ineffectiveness of its spending: Europeans get far too many systems and far too little military capability for their money. The European Commission's 2017 fact sheet on European defense reported that European Union member states operated 178 different major weapons systems; the U.S. had only 30. EU member states have 17 different types of main battle tank; the U.S. has one. This proliferation of weapons systems leads to high unit costs for short production runs, and a lack of interoperability. And European spending is not directed to ensuring that troops can fight when needed. The European members of NATO have almost 1.9 million active-duty troops, while the U.S. has 1.3 million and Russia about 900,000. But very few of the European forces can be deployed in a crisis. Politically and economically, this is a bad time to try to get European politicians to think seriously about increasing and rationalizing defense spending. The EU's economic forecast for spring 2020 foresees a contraction in real GDP of 7.4 percent this year, albeit followed by an increase of 6.1 percent in 2021. Some of Europe's biggest investors in defense are in NATO but not in the EU. The U.K. accounted for 16 percent of defense spending in Europe in 2019, according to the Stockholm International Peace Research Institute. But despite some early promise, Britain seems to have lost interest in any institutionalized cooperation with the EU on foreign and security policy. Relations between the EU and NATO member Turkey, which accounted for another 7 percent of European defense spending last year, have rarely been worse. Despite such difficulties, the fact that NATO and the EU are currently both reassessing the security environment presents an opportunity for a more joint approach. NATO is engaged in the #NATO2030 process, which Secretary General Jens Stoltenberg hopes will strengthen political consultation in the alliance. Meanwhile, by the end of 2020 the EU aims to complete a process to assess the threats it faces, which the bloc calls its “strategic compass.” These two efforts need to complement each other to produce a shared view of the threats to Europe, and the creation of a forum for political dialogue on security where European countries, regardless of whether they belong to both the EU and NATO, can discuss appropriate responses. Europe's ability to counter threats will depend on making its money go further by spending it efficiently, both nationally and multilaterally. The commission should do more to ensure that more defense procurement involves competitive tendering, rather than member states awarding contracts to national champions. But it should not try to shut defense firms from non-EU NATO countries out of the European market. The commission stands more chance of influencing the research and procurement decisions of member states if it has a substantial budget to dangle in front of them. It should keep pushing back against cuts proposed earlier in the year to the defense elements of the EU's next seven-year budget. And the commission needs to be more open to the participation of “friendly” countries in EU-funded programs. Joe Biden, a former U.S. vice president and a contender in the current presidential race, would be an easier president for Europeans to work with than Trump has been. But Biden's victory in November is not guaranteed. Moreover, the forces in U.S. society that propelled Trump to power in 2016 will still exist, and may return in 2024. Even if they would rather pretend that nothing is changing, the EU and as many non-EU, Europe-based NATO members as are willing to do so need to pay attention to Trump's message. And they need to start thinking about how to defend Europe and deter potential adversaries with reduced U.S. help. Ian Bond is the director of foreign policy at the Centre for European Reform think tank. He was a member of the British diplomatic service for 28 years, most recently serving as political counselor and joint head of the foreign and security policy group in the British Embassy in the United States. https://www.defensenews.com/opinion/commentary/2020/07/03/europe-must-take-on-its-own-defense-responsibilities/

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

    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/

  • Argentina’s new president seeks stronger military amid fiscal troubles

    17 décembre 2023 | International, Terrestre

    Argentina’s new president seeks stronger military amid fiscal troubles

    President Luis Petri promised on the campaign trail to modernize the country’s defense force, but experts question whether this is possible.

Toutes les nouvelles