15 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - August 14, 2019

NAVY

Advanced Technology International, Summerville, South Carolina, is awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for the Navy Manufacturing Technology (ManTech) Center for Innovative Naval Shipbuilding and Advanced Manufacturing. Work will be performed in Summerville, South Carolina, and is expected to be completed August 2024. Two task orders will be awarded upon award of the contract obligating fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $450,000. No funds will expire at end of current fiscal year. This contract was competitively procured under N00014-18-R-0006, with two proposals received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-D-7001).

Heffler Contracting Group,* El Cajon, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g., shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Oceanside, California. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2632).

Sabre Systems Inc., Warrington, Pennsylvania, is awarded $42,999,468 for cost-plus-fixed-fee delivery order N68335-19-F-0533 against a previously issued basic ordering agreement (N68335-16-G-0022). This delivery order provides for the research and development of cyber resilient and full spectrum cyber warfare capabilities in support of the Integrated Battlespace Simulation and Test Department, Research, Development, Test and Evaluation Infrastructure Division. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $50,000 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.

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded $31,133,702 for modification P00013 to a previously awarded firm-fixed-price contract (N61340-17-C-0014). This modification provides for one E-2D Hawkeye Integrated Training System III Weapons Systems Trainer and one Aircrew Procedures Trainer, including technical data. Work will be performed in Norfolk, Virginia, and is expected to be completed in April 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $31,133,702 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity.

Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for electrical systems construction alterations, renovations and repair projects at Naval Base Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g., shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical systems projects. Work will be performed in Port Hueneme, California (50%); and Point Mugu, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2628).

G-W Management Services LLC,* Rockville, Maryland, is awarded $12,742,282 for firm-fixed-price task order N40080-19-F-4870 under a previously awarded multiple award construction contract (N40080-19-D-0015) for construction of an Ammunition Supply Point Upgrade, located at the Marine Corps Base Quantico. The work to be performed provides for the construction of six new, standard design, high explosive concrete magazines, and the associated site work. The site work associated with this project includes an extension of an asphalt roadway to magazines and related site utility improvements to serve the new magazines. Additional site improvements include the demolition of three existing high explosive concrete magazines and incidental related work. Work will be performed in Quantico, Virginia, and is expected to be completed by March 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,742,282 are obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity.

ARMY

KBRwyle Technical Solutions LLC, Columbia, Maryland, was awarded a $45,452,730 modification (0002 55) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3. Work will be performed in Goose Creek, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $24,706,865 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $24,000,000 firm-fixed-price contract for the rental of 20-24 inch Cutterhead Pipeline Dredge and Attendant Plant for dredging in Alabama, Mississippi and Florida. 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 Oct. 14, 2020. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0039).

Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,100,544 modification (P00017) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 Test and Evaluation Plan, Spiral 3 System Hardware Qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin Missile System. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 missile procurement, Army funds in the amount of $11,100,544 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,382,656 modification (P00005) exercising the first one-year option period to a one-year contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Kansas, with an Aug. 15, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a maximum $12,973,184 firm-fixed-price contract for the Warfighter Information Network-Tactical Increment 2 system. This was a sole-source acquisition using justification 41 U.S. Code 1903, as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Location of performance is Arizona, with a Feb. 9, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-P-0047).

Alliance Technical Services Inc.,* Norfolk, Virginia, has been awarded a maximum $9,760,579 modification (P00005) exercising the first one-year option period of a one-year base contract (SP3300-18-C-5001) with four one-year option periods for third party logistics hazmat support services. This is a firm-fixed-price, cost-reimbursement contract. This was a competitive acquisition with three offers received. Locations of performance are Virginia and Texas, with an Aug. 26, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $7,114,128 firm-fixed-price contract for aircraft engine combustion chamber ducts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, ten-month contract with no option periods. Location of performance is Connecticut, with an Oct. 31, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-19-F-0406).

AIR FORCE

Alloy Surfaces Co. Inc., Chester Township, Pennsylvania, has been awarded a $25,000,000, indefinite-delivery/indefinite-quantity contract for MJU-52 A/B aircraft decoy flares. This contract provides a highly specialized decoy with the capability to protect military aircraft from Man Portable Air Defense Systems and air-to-air missiles. Work will be performed at Chester Township, Pennsylvania, and is expected to be completed by August 2025. This award is the result of a sole-source acquisition. Fiscal 2018 ammunition procurement funds in the amount of $5,280,860 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0011).

Verdis-Takisaki JV, Coeur d-Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d-Alene, Idaho (FA4620-19-D-A010); Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012); and Sealaska Construction Solutions LLC, Seattle, Washington (FA4620-19-D-A013), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity, multiple award, task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition in which eight offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity.

Lockheed Martin Co., doing business as Lockheed Martin Space, Sunnyvale, California, has been awarded a $15,555,158 cost-plus-fixed-fee modification (P00150) to previously awarded contract FA8810-13-C-0002 for Space-Based Infrared System contractor logistics support for fiscal 2019 projects. This contract will provide an in-scope bilateral supplemental agreement executed in accordance with the terms of special clause requirement H00005. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2019 3400 funds are being obligated at the time of award. Total cumulative face value of the contract is $1,500,933,962. The Air Force Space and Missile Systems Center, Peterson AFB, Colorado Springs, Colorado, is the contracting activity. (Awarded Aug. 13, 2019)

Phase Sensitive Innovations, Newark, Delaware, has been awarded a $10,553,397 cost-plus-fixed-fee contract for research and development. This contract will design, develop and demonstrate RF-photonic systems, sub-systems, components and devices for the Coherent Homodyne Integrated RF-Photonic System. Work will be performed at Newark, Delaware, and is to be completed by Nov. 15, 2023. This award is the result of a Small Business Innovation Research III request for proposal acquisition with one offer received. Fiscal 2018 research and development funds in the amount of $10,553,397 are being obligated at time of award for the effort. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1027).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, was awarded a $13,130,426 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Cambridge, Massachusetts; and Columbia, Maryland, with an expected completion date of August 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,653,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001119C0102).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1934626/source/GovDelivery/

Sur le même sujet

  • US Air Force awards $9B contract to Boeing-Saab for next training jet

    28 septembre 2018 | International, Aérospatial

    US Air Force awards $9B contract to Boeing-Saab for next training jet

    By: Valerie Insinna WASHINGTON — A Boeing-Saab partnership has won a $9.2 billion contract to produce the U.S. Air Force's next-generation training jet. Boeing's award for the T-X trainer program marks the third major victory by the company in about a month, following an $805 million contract to build the Navy's first four MQ-25 unmanned tankers, and a contract worth up to $2.38 billion to manufacture the Air Force's Huey replacement helicopter. The T-X downselect was first reported by Reuters. As the winners of the competition, Boeing and Swedish aerospace firm Saab are set to capture sales of at least 351 training jets to the U.S. Air Force, with possibly more in the international market. The program promises to keep Boeing's tactical aircraft business strong after the F-15 and F/A-18 Super Hornet lines disappear in the next decade. "Today's announcement is the culmination of years of unwavering focus by the Boeing and Saab team,” said Leanne Caret, president and CEO of Boeing's defense business. “It is a direct result of our joint investment in developing a system centered on the unique requirements of the U.S. Air Force. We expect T-X to be a franchise program for much of this century.” The indefinite-delivery/indefinite-quantity contract will allow the Air Force to buy up to 475 aircraft and 120 simulators, the Air Force said in a Sept. 27 statement, although the current plan is to buy 351 T-X aircraft, 46 simulators and associated ground equipment. The Air Force stated that the T-X program originally was to cost about $19.7 billion, and that Boeing's bid shaved $10 billion off that amount. “This new aircraft will provide the advanced training capabilities we need to increase the lethality and effectiveness of future Air Force pilots,” Air Force Secretary Heather Wilson said in the news release. “Through competition we will save at least $10 billion on the T-X program.” Although the contract could be worth up to $9.2 billion, that sum is by no means a sure thing for Boeing. During a briefing with reporters on Thursday afternoon, Will Roper, the service's acquisition executive, and Lt. Gen. Arnold Bunch, its top uniformed acquisition official, said the $9.2 billion amount would be obligated to Boeing if the service executes all of options that would allow it to buy more aircraft at a quicker pace, purchasing all 475 planes. Additionally, Boeing assumes the preponderance of the risk with the T-X program, which starts as a fixed-price incentive fee contract, but at the fifth lot will transition to a firm-fixed price structure, Roper and Bunch said. Boeing and Saab's clean-sheet trainer, designed specifically for the Air Force, beat out Leonardo DRS and a Lockheed Martin-Korea Aerospace Industries partnership. Throughout the competition, the Boeing-Saab jet was seen as the front-runner by analysts like Roman Schweizer of Cowen Washington Research Group, who pointed to Boeing's aggressive bidding strategy and ability to absorb financial losses on programs like the KC-46 tanker aircraft. The T-X program is the Air Force's last major aircraft procurement opportunity up for grabs for some time, as the service's contracts for its next-generation fighter, tanker and bomber have already been awarded, as have the last remaining new-start helicopter contracts. As such, the decision could potentially trigger a protest with the Government Accountability Office. But Roper and Bunch pointed to the repeated interaction with industry through the competition, which could shield it from a protest, and lessons learned from previous programs on how to structure a competition. Roper also defended the service's selection of Boeing's design, which was the only proposed aircraft that was not a modified version of an existing plane. “We have a very deliberate process to evaluate risk, cost, and technical factors in the program and so its rigorous because we do have to evaluate things that have variances in them. The team looked at that, rolled up cost benefit, technical factors sand risk, to give best value to the government and overall our assessment was Boeing had a proposal that was best value,” Roper said. Under the initial $813 million award, Boeing will be responsible for delivering five T-X aircraft and seven simulators, with the first simulators arriving at Joint Base San Antonio-Randolph, Texas, in 2023. According to the T-X request for proposals issued in December 2016, the Air Force will then execute contract options for two batches of low-rate production and eight rounds of full-rate production. The contract also includes ground training systems, mission planning and processing systems, support equipment, and spares. Initial operating capability is planned by the end of fiscal 2024 when the first squadron and its associated simulators are all available for training. Full operational capability is projected for 2034. Beyond the 351-aircraft program of record, analysts have speculated there could be significant international interest in T-X from countries that plan to fly the F-35 fighter jet or from the U.S. Air Force as it considers buying new aggressor aircraft for air-to-air combat training, making the opportunity potentially even more lucrative. Although each of the three competing teams offered very different trainers to the Air Force, they were united by their cooperation with international aircraft manufacturers. Boeing partnered with Saab, which is building the aircraft's aft fuselage and other systems. The team produced two single-engine, twin-tailed prototypes, which were unveiled at Boeing's St. Louis, Missouri, facility to much fanfare in 2016. Saab promised that, should the partnership emerge victorious, it would build a new plant in the United States for its T-X work, although a location has not been announced. Leonardo DRS and Lockheed Martin offered modified versions of existent designs, hoping that a mature aircraft would be more palatable as the U.S. Air Force continues to foresee budgetary challenges in its future. DRS' T-100 is based on the Leonardo M-346 trainer, which is being sold to two F-35 users — Italy and Israel — as well as Singapore. Leonardo initially looked to partner with a big-name U.S. defense prime, first joining with General Dynamics and then, when that teaming agreement fell apart, Raytheon. Ultimately, Leonardo and Raytheon couldn't agree on pricing for the T-100, leading that partnership to also break up in January 2017. After Leonardo DRS was tapped to prime the program, the company announced its intention to do structural subassembly, final assembly and check out of the aircraft stateside at Moton Field in Tuskegee, Alabama, where it would build a new $200 million facility. Lockheed Martin meanwhile joined with Korea Aerospace Industries — a longtime collaborator who manufactured South Korea's version of the F-16 — for a modified version of KAI's T-50. Lockheed said that its T-50A would be built in Greenville, South Carolina, where it also plans to fabricate the F-16 in the future. https://www.defensenews.com/breaking-news/2018/09/27/reuters-air-force-awards-9b-contract-to-boeing-for-next-training-jet/

  • Mobile air defence: Rheinmetall to supply the Bundeswehr with Skyranger 30 on Boxer platform – order worth almost €600 million

    27 février 2024 | International, Aérospatial

    Mobile air defence: Rheinmetall to supply the Bundeswehr with Skyranger 30 on Boxer platform – order worth almost €600 million

    Just last month, the Bundeswehr entrusted Rheinmetall and its partner contractors with developing a system for short- and very short-range air defence known as the NNbS, in which the Skyranger...

  • Contract Awards by US Department of Defense - May 01, 2020

    4 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - May 01, 2020

    U.S. SPECIAL OPERATIONS COMMAND Core One Solutions LLC, Sterling, Virginia (H92400-20-D-0002); Crisis Response Co. LLC, Keller, Texas (H92400-20-D-0003); Consulting Services Group LLC, Herndon, Virginia (H92400-20-D-0004); D3 Air & Space Operations Inc., St. Augustine, Florida (H92400-20-D-0005); Defense Acquisition Inc., Huntsville, Alabama (H92400-20-D-0006); EnGenius, Huntsville, Alabama (H92400-20-D-0007); Firebird AST, Arlington, Virginia (H92400-20-D-0008); Federal Information Systems Inc., San Antonio, Texas (H92400-20-D-0009); FITT Scientific LCC, Colonial Heights, Virginia (H92400-20-D-0010); Gemini Industries Inc., Burlington, Massachusetts (H92400-20-D-0011); Global Dimensions LLC, Fredericksburg, Virginia (H92400-20-D-0012); Geo Owl LLC, Wilmington, North Carolina (H92400-20-D-0013); Iron EagleX, Tampa, Florida (H92400-20-D-0014); INTEROP-ISHPI JV LLC, Virginia Beach, Virginia (H92400-20-D-0015); ITELITRAC Inc., Ashburn, Virginia (H92400-20-D-0016); Infinity Technology LLC, McLean, Virginia (H9240-020-D-0017); K2 Solutions Inc., Southern Pines, North Carolina (H92400-20-D-0018); Legion Systems LLC, Tampa, Florida (H92400-20-D-0019); Lukos LCC, Tampa, Florida (H92400-20-D-0020); METIS Celestar JV LLC, Tampa, Florida (H92400-20-D-0021); MHM Innovations Inc., Fairfax, Virginia (H92400-20-D-0022); Nisga'a Tek LLC, Chantilly, Virginia (H92400-20-D-0023); OSCAR DEUCE LLC, Virginia Beach, Virginia (H92400-20-D-0024); Prescient Edge Corp., McLean, Virginia (H92400-20-D-0025); ProCleared LLC, Chantilly, Virginia (H92400-20-D-0026); Preting LLC, Springfield, Virginia (H92400-20-D-0027); Quiet Professionals, Tampa, Florida (H92400-20-D-0028); R3 Strategic Support Group Inc., Coronado, California (H92400-20-D-0029); The Red Gate Group Ltd., Chantilly, Virginia (H92400-20-D-0030); R&K Enterprise Solutions Inc., Newport News, Virginia (H92400-20-D-0031); RMGS Inc., Virginia Beach, Virginia (H92400-20-D-0032); Special Applications Group, Tampa, Florida (H92400-20-D-0033); SOLUTE Inc., San Diego, California (H92400-20-D-0034); Systems Plus Inc., Rockville, Maryland (H92400-20-D-0035); Spathe Systems LLC, Tampa, Florida (H92400-20-D-0036); Strategic Solutions Unlimited Inc., Fayetteville, North Carolina (H92400-20-D-0037); Streamline Defense LLC, Tampa, Florida (H92400-20-D-0038); T3i Inc., Imperial Beach, California (H92400-20-D-0039); TriDcor JV LLC, Wesley Chapel, Florida (H92400-20-D-0040); Tyoneck Global Services LLC, Anchorage, Alaska (H92400-20-D-0041); Threat Tec LLC, Hampton, Virginia (H92400-20-D-0042); Universal Strategy Group Inc., Franklin, Tennessee (H92400-20-D-0043); Vistra Communications LLC, Lutz, Florida (H92400-20-D-0044); VxL Enterprise LLC, Alexandria, Virginia (H92400-20-D-0045); Walsingham Group Inc., Fayetteville, North Carolina (H92400-20-D-0046); and Webworld Technologies Inc., Fairfax, Virginia (H92400-20-D-0047), were awarded 46 indefinite-delivery/indefinite-quantity contracts worth $950,000,000 maximum for Special Operations Forces core support services in support of U.S. Special Operations Command (USSOCOM) enterprise requirements in the U.S. and globally. Contracted subject matter expertise and knowledge-based services will support education, training, engineering, technical, professional, administrative, management support, program management and other requirements. Funding shall be provided on a delivery order basis. Fiscal 2020 operations and maintenance funds will be used to satisfy a $2,500 contract minimum guarantee. The contracts were awarded competitively using Federal Acquisition Regulation Part 15 procedures. USSOCOM, Tampa, Florida, is the contracting activity. AIR FORCE COLASKA Inc., North Pole, Alaska (FA5004-20-D-0001); HC Contractors Inc., North Pole, Alaska (FA5004-20-D-0002); Paving Products Inc., Fairbanks, Alaska (FA5004-20-D-0003); Great Northwest Inc., Fairbanks, Alaska (FA5004-20-D-0004); and Granite Construction Co., Watsonville, California (FA5004-20-D-0005), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $350,000,000 under a multiple award task order contract for airfield/roadway paving and striping. These contracts provide for all plant, labor, supervision, equipment and materials necessary to repair, maintain and construct roads, parking lots, airfields and associated incidental work. Work will be performed on Eielson Air Force Base, Alaska; Fort Wainwright, Alaska; Fort Greely, Alaska; Clear Air Force Station, Alaska; and 168th Air National Guard property, Alaska, and work is expected to be completed April 30, 2027, if all six options are exercised. These awards are the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 354th Contracting Squadron Eielson Air Force Base, Alaska, is the contracting activity. Point Junction Car Rental, Doha, Qatar, has been awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lease vehicle services at Al Udeid Air Base, Qatar. This is a non-personal services contract to provide vehicle lease service for the Expeditionary Logistic Readiness Support Squadron. Work will be completed Nov. 30, 2024, and is the result of a competitive acquisition with 21 offers received. Fiscal 2020 operations and maintenance funds in the amount of $30,713 will be obligated at the time of award. The 379th Expeditionary Contracting Squadron, Al Udeid Air Base, Qatar, is the contracting activity (F5702-20-D-0201). The Applied Research Laboratory at University of Hawaii, Honolulu, Hawaii, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to establish or maintain an essential engineering, research, or development capability to be provided by an educational or other nonprofit institution or a federally funded research and development center under the authority 10 U.S. Code 2304(c)(3)(B). The purpose of the Vanguard Center's Unified University Affiliated Research Center (UARC) for Maui High Performance Computing Center (MHPCC) Support (VaCUUMS) is to leverage the UARC's core competencies to accomplish research, development, test, and evaluation (RDT&E). The Air Force Research Laboratory UARC is necessary to maintain essential engineering, research and development capabilities at the MHPCC Vanguard Center by conducting scientific and technology investigations and by providing scientific expertise, capabilities and interdisciplinary facilities required for progression from basic theories of knowledge to practical and realistic fielded application in the areas of: sensor development; image processing; command and control integration; advanced data visualization and analytics; machine learning; and autonomy. Work will be performed in Maui, Hawaii, and is expected to be completed May 2024. This award is the result of the sole-source acquisition, and fiscal 2020 RDT&E funds in the amount of $358,422 are being obligated under Task Order 0001 (FA9451-20-F-0004) at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-20-D-0004). Akima Support Operations LLC, Colorado Springs, Colorado, has been awarded a $14,499,202 firm-fixed-price, cost-reimbursement contract to exercise Option Period Four for civil engineer services. The contractor will provide non‐personal services for continued operational support and civil engineer services to include engineering, environmental, operations, maintenance and emergency management. Work will be performed at MacDill Air Force Base, Florida, for the period of May 1, 2020, to April 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $14,499,202 is being obligated at the time of award. The 6th Contracting Squadron, MacDill AFB, Florida, is the contracting activity (FA4814‐17‐C‐0002). NAVY Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $123,526,724 modification (P00001) to previously awarded, fixed-price, incentive-firm-target contract N00019-19-C-0011. This modification procures the necessary hardware, systems engineering, technical support, analysis and studies to integrate the Department of Navy Large Aircraft Infrared Countermeasures system onto aircraft for the Navy, Army, Air Force and the governments of Norway and New Zealand. Work will be performed in Rolling Meadows, Illinois (34%); Goleta, California (30%); Longmont, Colorado (11%); Blacksburg, Virginia (6%); Lewisburg, Tennessee (3%); Boulder, Colorado (3%); Carlsbad, California (2%); Apopka, Florida (1%); and various locations within the continental U.S. (10%). Weapon replaceable assemblies hardware procurements are as follows: 418 Advanced Threat Warning (ATW) sensors, 272 High Capacity Cards (HCCs), 160 Personal Computer Memory Card International Association (PCMCIA) cards, 64 Guardian Laser Transmitter Assemblies (GLTAs), 64 GLTA shipping containers, 53 -2103 signal, 48 Control Indicator Unit Replaceable (CIURs), 14 Smart Connector Assemblies (SCAs) and six Multi-Role Electro-Optical End-to-End Test Sets (MEONs) for the Navy; 156 HCCs, 138 ATW sensors, 23 CIURs and 23 -2103 signal for the Army; 64 PCMCIA cards and 45 ATW sensors for the Air Force; six GLTAs, six GLTA shipping containers, six SCAs and four HCCs for the government of Norway; and 30 Infrared Missile Warning Sensors, five GLTAs, five GLTA shipping containers, five SCAs, three HCCs, two CIURs and two MEONs for the government of New Zealand. Work is expected to be complete by July 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $76,228,341; fiscal 2020 procurement (Air Force) funds in the amount of $2,926,699; fiscal 2020 research, development, test and evaluation funds (Navy) in the amount of $2,802,286; fiscal 2019 procurement (defense-wide) funds in the amount of $3,418,527; fiscal 2019 aircraft procurement (Navy) funds in the amount of $410,223; fiscal 2018 aircraft procurement (Army) funds in the amount of $25,262,278; fiscal 2018 aircraft procurement funds (Navy) in the amount of $3,184,415; and Foreign Military Sales funds in the amount of $9,293,955 will be obligated will be obligated at time of award, $3,184,415 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($82,625,265; 67%); Army ($25,262,278; 20%); Air Force (6,345,226; 5%); the government of New Zealand ($6,338,009; 5%); and the government of Norway ($2,955,946; 2%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $49,999,999 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides non-recurring engineering and logistics support for the Live, Virtual, and Constructive (LVC) family of training systems. Work will be performed in Mayport, Florida (20%); Jacksonville, Florida (20%); North Island, California (20%); Kaneohe, Hawaii (20%); and various locations outside the continental U.S. (20%). The LVC Integrated Training System is a networked, personal computer (PC) based deployable trainer designed to support integrated and coordinated tactical training and simulation. Additionally, this contract procures the current training system configuration comprised of PCs with each PC system representing a mission training station in a particular aircraft (i.e. SH-60B, SH-60F, P-3C), shipboard system or combat systems which, when in a networked environment, allow for integrated mission training. Work is expected to be complete by April 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via Federal Business Opportunities; one offer was received. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0015). Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded a $27,430,321 firm-fixed-price, cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-19-C-4101 to exercise options to procure integrated bridge and navigation systems for the DDG-51 (guided missile destroyer) New Construction Ship Program and DDG-51 Midlife Modernization Program with physical throttles kits and engineering services. Work will be performed in Charlottesville, Virginia. The integrated bridge and navigation system is a hull, mechanical and electrical upgrade. It is part of the comprehensive plan to modernize the DDG-51 class to ensure the ships remain combat relevant and affordable throughout their life. Work is expected to be complete by August 2021. Fiscal 2020 other procurement (Navy); and 2019 and 2020 shipbuilding and conversion (Navy) funding in the amount of $18,759,918 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $19,467,608 cost-plus-incentive fee, cost-plus-fixed-fee, undefinitized contract modification (N00024-20-C-5105) for the procurement of the Korean Gun Computing System development, software, and hardware and subassemblies for installation. This modification will finalize the Korean Gun Computing System interface design specifications for the integration with the Aegis combat system. This contract involves Foreign Military Sales (FMS) to the government of South Korea. Work will be performed in Seoul, South Korea (51%); Moorestown, New Jersey (46%); and Clearwater, Florida (3%), and is expected to be complete by July 2026. FMS funding in the amount of $1,975,021 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with the authority from 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 29, 2020) Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $17,220,849 cost-plus-fixed-fee, firm-fixed-price order under basic ordering agreement N00024-18-G-5501 for dual band radar systems engineering in support of CVN 78. Work will be performed in Portsmouth, Rhode Island (30%); Andover, Massachusetts (30%); Tewksbury, Massachusetts (20%); and Marlborough, Massachusetts (20%), and is expected to be complete by February 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $17,220,849 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) with only one responsible source, and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5506). Ocean Ships Inc., Houston, Texas, is awarded a $15,114,743 modification for the fixed-price portion of previously awarded contract N32205-19-C-3003 to fund the operation and maintenance of two expeditionary transfer dock (ESD) vessels: U.S. Naval Ship (USNS) Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). Work will be performed at sea worldwide, and the vessels will continue to support Military Sealift Command's world-wide prepositioning requirements. Work is expected to be complete by November 2024, if all options are exercised. This modification exercises the first of four one-year option periods of this contract. Working capital funds (Navy) in the amount of $15,114,743 are obligated for fiscal 2020 and fiscal 2021, and will not expire at the end of each year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $11,786,168 firm-fixed-price modification to previously awarded contract N00024-17-C-4109 to exercise options for procurement of AN/USQ-82(V) hardware in support of DDG-51 (guided missile destroyer) class new construction, DDG- 51 class modernization, and Aegis Ashore Japan. Work will be performed in Johnstown, Pennsylvania. The AN/USQ-82(V) Program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, alarms indicating and damage control systems. Work is expected to be complete by August 2021. This contract combines purchases for the Navy (79%) and government of Japan (21%) under the Foreign Military Sales (FMS) program. Fiscal 2020 other procurement (Navy); 2020 and 2013 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $11,786,168 will be obligated at the time of the award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. DEFENSE LOGISTICS AGENCY Del Medical Inc., Bloomingdale, Illinois, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for radiology systems, accessories and training. This is a five‐year base contract with one five‐year option period. This was a competitive acquisition with 50 responses received. Location of performance is Illinois, with an April 30, 2025, performance completion 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‐0009). Vitol Inc., Houston, Texas, has been awarded a maximum $99,594,897 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 14 responses received. This is a one-year contract with a 30-day carry-over period. Locations of performance are Texas and the United Kingdom, with a July 30, 2021, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-20-D-0482). First Nation Group LLC, doing business as Jordan Reses Supply, Niceville, Florida, has been awarded a maximum $47,500,000 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 115 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with an April 30, 2025, performance completion 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-0037). The Boeing Co., doing business as Boeing, St. Louis, Missouri, has been awarded a maximum $29,864,155 firm-fixed-price, fixed-quantity contract for B-52 hatches. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, three-month contract with no option periods. Locations of performance are Missouri and Kansas, with a July 15, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-20-F-0014). Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $8,771,992 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a variety of trousers and parkas. This is a one-year base contract with two one-year option periods. This was a competitive acquisition with one response received. Locations of performance are Florida and Tennessee, with an April 30, 2021, performance completion date. Using military services are the Marine Corp, Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1273). DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY Next Tier Concepts, Vienna, Virginia, was awarded an estimated $24,919,863 firm-fixed-price contract modification (HS0021-19-D-0132-P00005) and task order modification (HS0021-19-F-0115-P00003) for the Defense Counterintelligence and Security Agency (DCSA). These modifications extend performance for functions supporting the background investigation mission. Work will be performed in Boyers, Pennsylvania. This task order modification is funded with fiscal 2020 DCSA working capital funds with $15,045,937 obligated at time of award. The anticipated period of performance for the task order includes a three-month base period from May 1, 2020, to July 31, 2020, plus two one-month option periods of August 2020 and September 2020. This requirement was synopsized on the Federal Business Opportunities website as a sole-source requirement on April 15, 2020. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services meet agency requirements. The justification and approval will be posted within 14 days of award. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity. ARMY Manson Construction Co., Seattle, Washington, was awarded a $16,695,000 firm-fixed-price contract for dredging of the Oakland, California, inner and outer harbor plus transportation of the dredged material. Bids were solicited via the internet with three received. Work will be performed in Oakland, California, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $16,695,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0005). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2173758/source/GovDelivery/

Toutes les nouvelles