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

  • Dassault, Atos, DGSI… Comment les entreprises et l'Etat recrutent ceux qui travaillent sur des données sensibles de défense

    2 mai 2022 | International, C4ISR, Sécurité

    Dassault, Atos, DGSI… Comment les entreprises et l'Etat recrutent ceux qui travaillent sur des données sensibles de défense

    Certaines entreprises et services de l'Etat comme le ministère des Armées, la DGSI, Dassault et Atos, embauchent des salariés habilités, qui...-defense

  • US Army seeks tethered UAV for laser-designating

    28 avril 2020 | International, Aérospatial, C4ISR

    US Army seeks tethered UAV for laser-designating

    Gareth Jennings, London - Jane's International Defence Review 26 April 2020 The US Army is looking to acquire tethered unmanned aerial vehicles (UAVs) to laser-designate ground targets from stand-off distances. A solicitation posted on 24 April by the Department of the Army calls for information on a tethered-UAV that can be used by Air National Guard (ANG) Special Tactics Operators (STOs) to observe and engage hostile ground forces using laser-guided weapons from greater stand-off distances. "The required product will allow STOs to develop tactics, techniques, and procedures for observing and engaging hostile forces with low-collateral, long stand-off, laser-guided weapons fired or released from weapons systems that are unable to self-designate and expedite targeting for systems that can self-designate but have not yet identified a target's location," the request for information (RFI) noted. Performance standards for the tethered UAV set out in the RFI comprise the ability to reach 200 ft above ground level (AGL); 24-hour flight on a 2 kw or smaller generator; a 5 lb (2.3 kg) payload capacity; AES 256 encryption of the UAV control and video data; ability for open architecture use of the UAV's onboard computer; gimballed camera with co-witness laser designator capability of 30 mj or better, laser spot tracker, and laser rangefinder (which would reduce the 5 lb payload); the ability to generate target co-ordinates; an untethered communications link range of 8 km or better; remote handoff capability desired; an untethered flight duration of at least 45 min with 3 lb payload; autonomous delivery capability of 4 lb; multiple hot-swappable payloads and batteries (ability to change payload and batteries without powering down); the ability to operate in high winds of more than 40 mph (64 kph); the ability to operate in precipitation- industry standard IP54 or better; a temperature capability of -10°F to + 120°F (-23°C to 49°C); a hover capability and forward flight speed of 35 mph or better; target recognition artificial intelligence (AI) capable for people and vehicles; an Android Team Awareness Kit (ATAK) integrated plugin; and the ability to operate and navigate in GPS and radar-denied environments. https://www.janes.com/article/95779/us-army-seeks-tethered-uav-for-laser-designating

  • Keep modernization of the Ground Based Strategic Deterrent program on track

    22 juin 2020 | International, Aérospatial

    Keep modernization of the Ground Based Strategic Deterrent program on track

    By: Former U.S. Air Force secretaries and chiefs of staff In 1959, the U.S. Air Force deployed its first intercontinental ballistic missile at Vandenberg Air Force Base in California. A year later, the Navy deployed its first submarine-launched ballistic missile aboard the submarine George Washington. These systems, together with the Air Force's nuclear-capable bomber force, formed the United States' nuclear deterrence capability, which came to be known as the “triad.” The triad has been the foundation of U.S. national security policy for over 60 years, providing stability to America's global military operations and diplomacy efforts. The triad — and the security umbrella it extends to our allies and partners — has fostered decades of peace and prosperity. Nuclear deterrence has successfully prevented crises from escalating to conflicts and promoted cooperation and diplomacy in resolving disputes. Today, nuclear deterrence is more important than ever, which is why we must prioritize efforts to modernize the triad. Throughout the Cold War and into the 21st century, military and political leaders have worked together to maintain a credible, safe and reliable nuclear deterrence capability. As technologies and threats evolve, so has the triad. Over the years, each leg has been modernized several times. Currently, the Air Force is developing the B-21 long-range strike bomber, which will enter service later this decade, and the Navy is replacing its fleet of ballistic missile submarines with the Columbia class, scheduled to begin patrols in 2031. A replacement is also needed for the Minuteman ICBM system, which first entered service in 1962 and has been upgraded and extended 40 years beyond its original service life. In 2010, after affirming the importance of maintaining a land-based leg, the Obama administration initiated the Ground Based Strategic Deterrent program, a modern ICBM system that will improve reliability, lower operational costs, and respond to current and future threats. The Air Force will soon begin work on GBSD, which will enter service in 2029. Over 10 years of planning have led to this goal, with the program's necessity validated by two presidential administrations, six congresses and six secretaries of defense. ICBMs are an integral part of the triad, providing complementary capabilities to the sea-based and bomber legs that enhance our overall deterrence posture. For example, land-based missiles are the most robust and stabilizing leg of the triad. Consisting of 400 active, hardened missile launch facilities on sovereign U.S. soil and dispersed over 30,000 square miles, ICBMs pose a nearly insurmountable obstacle to those who wish us harm. They prevent any rational adversary from credibly threatening or confidently planning a strike. Failing to adequately maintain the land-based leg of the triad by fully funding the GBSD would threaten strategic stability and make remaining U.S. nuclear forces more vulnerable. America's ICBM force is both affordable and cost-effective — it features the lowest annual sustainment and recapitalization costs compared to the other two legs. It is vital the nation maintain its nuclear force posture, which has acted as a stabilizing element of global security for decades. Modernizing the triad is no small undertaking, and our current modernization efforts are the result of decades of careful planning and bipartisan support. Stewardship is handed down from one set of leaders to the next, and in this critical moment of transition it is imperative our current leaders keep these modernization programs on track. We strongly recommend that members of Congress support moving ahead with the GBSD program so it can join the other legs in providing effective deterrence for decades to come. The contributors to this commentary are: Former U.S. Air Force Secretaries Sheila Widnall, Whitten Peters, James Roche, Michael Wynne, Michael Donley and Deborah Lee James, as well as former U.S. Air Force Chiefs of Staff Gen. Larry Welch, Gen. Merrill McPeak, Gen. Ronald Fogleman, Gen. Michael Ryan, Gen. John Jumper and Gen. T. Michael Moseley. https://www.defensenews.com/opinion/commentary/2020/06/19/keep-modernization-of-the-ground-based-strategic-deterrent-program-on-track/

Toutes les nouvelles