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

Contract Awards by US Department of Defense - August 16, 2019

NAVY

Raytheon Missile Systems, Tucson, Arizona, is awarded a $199,591,538 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. This contract includes options which, if exercised, would bring the cumulative value of this contract to $367,195,456. Work will be performed in Louisville, Kentucky (29%); Tucson, Arizona (20%); El Segundo, California (9%); Melbourne, Florida (5%); Pittsburgh, Pennsylvania (3%); Andover, Massachusetts (2%); Ottobrunn, Germany (2%); Williston, Vermont (2%); Tempe, Arizona (1%); Grand Rapids, Michigan (1%); Hauppauge, New York (1%); Ashburn, Virginia (1%); East Syracuse, New York (1%); Camarillo, California (1%); Phoenix, Arizona (1%); Joplin, Missouri (1%); Murray, Utah (1%); Dallas, Texas (1%); Corona, California (1%); Huntsville, Alabama (1%); Minneapolis, Minnesota (1%); Valencia, California (1%); Palo Alto, California (1%); and various locations with less than 1% each (13%). Work is expected to be completed by October 2023. This contract combines purchases for the U.S. government (85%); Kingdom of Saudi Arabia (8%); and the United Kingdom (7%) under the Foreign Military Sales (FMS) program. Fiscal 2019 operations and maintenance (Navy); 2019 other procurement (Army); 2019 shipbuilding and conversion (Navy); FMS Kingdom of Saudi Arabia; FMS United Kingdom; and 2019 weapons procurement (Navy) funding in the amount of $199,591,538 will be obligated at time of award. Funds in the amount of $59,964,768 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1). Raytheon is the only source that can provide the MK 15 CIWS to fulfill Navy, Army, Coast Guard, and FMS requirements without unacceptable delays and substantial duplication of costs that cannot be recovered through competition. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5406).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,303,596 cost-plus-incentive-fee, cost only modification to previously awarded contract N00024-18-C-6258 to exercise option for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (73.5%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (5.5%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Newport, Rhode Island (1%), and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $2,633,461 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, District of Columbia, is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded $15,300,139 for a firm-fixed-price modification under a previously awarded contract (N40085-15-C-8739) for design and installation of a fire protection system for the Power Propulsion Facility, Building (Bldg) 633, at the Philadelphia Navy Yard. This modification will provide for the full design and installation of the fire protection system for the P-547 power propulsion facility, Bldg. 633, Bldg. 519, Bldg. 520, and the P-104 test cell. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2013 military construction (Navy); and 2019 working capital fund (Navy) in the amount of $15,300,139 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this modification. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Wolverine Fire Protection Co., Mount Morris, Michigan, is awarded $11,104,895 for firm-fixed-price task order number N69450-19-F-0715 under a previously multiple award construction contract for fire protection upgrades at Naval Air Station, Jacksonville, Florida. The work to be performed provides for the repairs and replacement of various existing fire alarm and additional associated systems (electrical, sprinkler systems, piping, and fire pumps) of Buildings 171, 175 and 176. Work will be performed in Jacksonville, Florida, and is expected to be completed by February 2021. Fiscal 2019 defense working capital contract funds in the amount of $11,104,895 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-D-0613).

AIR FORCE

International Business Machines Corp., IBM Research - Almaden, San Jose, California, has been awarded a $59,999,958 cost reimbursement contract for NorthPole Software/Hardware. This contract provides for the design, verification, fabrication, and testing of a prototype artificial intelligence and machine learning IBM NorthPole neural inference processor that will be mounted on a test board. Work will be performed in San Jose, California. The work is expected to be complete by Nov. 16, 2021. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory/RIKF, Rome, New York, is the contracting activity (FA8750-19-C-1518).

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $47,917,924 for 469 Laser Maverick units. This contract provides for the manufacture and delivery of 469 each Laser Maverick units. Work will be performed in Tucson, Arizona. The work is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2017, 2018 and 2019 3020 operations and maintenance funds in the amount $43,809,367 are being obligated at the time of award. AFLCMC/EBHK is the contracting activity, Hill Air Force Base, Ogden, Utah (FA8213-19-F-1006).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois; and Warner Robins, Georgia, has been awarded a $7,013,331, follow-on contract FA8523-19-D-0007, for DRE, Netherlands. This contract will provide action for the Royal Netherlands Air Force AN/ALQ-131 (V) electronics countermeasures pod upgrade. This program is focused on the redesign of the ALQ-131 Digital Receiver Exciter and ALM-256 Intermediate Level Support Equipment. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Feb. 15, 2022. This contract involves 100% foreign military sales to the Royal Netherlands Air Force. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

CORRECTION: An Aug. 14, 2019, announcement that Alloy Surfaces Company Inc., Chester Township, Pennsylvania (FA8213-19-D-0011), was awarded a $25,000,000 contract for MJU-52 A/B aircraft decoy flares included an incorrect amount of funds being obligated at the time of award. The correct amount of fiscal 2018 ammunition procurement funds being obligated at the time of award is actually $5,281,631. All other information in the announcement is correct.

ARMY

WMR-532 LLC, Athens, Alabama, was awarded a $49,900,000 firm-fixed-price contract for operations, maintenance and technical support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 18, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0038).

T.W. LaQuay Marine LLC,* Port Lavaca, Texas, was awarded a $10,736,570 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with three received. Work will be performed in Port Isabel, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $10,736,570 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0010).

American Council on the Teaching of Foreign Language, White Plains, New York, was awarded a $10,654,800 firm-fixed-price contract for oral proficiency interviews. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2020. U.S. Army Mission Installation Contracting Command, Presidio of Monterey, California, is the contracting activity (W9124N-16-D-0001).

DEFENSE LOGISTICS AGENCY

Choctawhatchee Electric Cooperative Inc., Eglin Air Force Base, Florida, has been awarded a maximum $13,700,591 modification (P00027) to the existing 50-year contract (SP0600-16-C-8314) for electric operations and maintenance and renewal and replacement utility service charge. This is a fixed-price contract being modified to incorporate the economic price-adjustment agreement to the third-year. Location of performance is Florida, with a July 31, 2067, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 operations and maintenance funds. The Defense Logistics Agency Energy, Fort Belvoir, Virginia, is the contracting activity.

CORRECTION: The contract announced on Aug. 14, 2019, for General Dynamics Mission Systems Inc., Scottsdale, Arizona (SPRBL1-19-P-0047), for $12,973,184 was announced with an incorrect award date. The correct award date is Aug. 15, 2019.

*Small Busines

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1936972/source/GovDelivery/

Sur le même sujet

  • DoD seeks industry input on multibillion-dollar cloud collaboration solution

    26 octobre 2018 | International, C4ISR

    DoD seeks industry input on multibillion-dollar cloud collaboration solution

    By: Jessie Bur The Pentagon and General Services Administration released a request for information Oct. 25 for a new unified collaborative cloud solution that will unite the entire defense apparatus under one enterprise contract. The Defense Enterprise Office Solution is the first capability set of three that the Department of Defense plans to use to capture its enterprise collaboration and productivity needs. The DEOS capability set needs include a productivity suite, messaging capabilities, content management systems and collaboration tools. “We operate pretty much in a disparate environment right now, and predominantly on-[premises] for these capabilities. So DEOS will give us an opportunity to tear down some of those barriers, posture us for increased interoperability while taking advantage of what the commercial community has to offer,” said Essye Miller, principal deputy to the DoD chief information officer, at a press roundtable. “From a benefit perspective, for us: real-time upgrades, real-time refresh, real-time access to innovation as our industry partners make them available to us.” The contract will be offered through GSA's IT Schedule 70, which Miller said has matured to the level that was needed to support Non-Classified Internet Protocol Router, Secret Internet Protocol Router and tactical environment needs. “In fact, IT Schedule 70 is the vehicle GSA itself used to procure its own cloud-based email, collaboration and productivity solution,” said GSA Administrator Emily Murphy, adding that GSA is committed to working with vendors who would want to propose through the expedited Schedule 70 FASt Lane program. “Using IT Schedule 70 to help DoD procure an enterprisewide solution for email, productivity and collaboration tools could establish a baseline for GSA to scale up this type of solution across the federal government in the future.” In fact, according to Federal CIO Suzette Kent, the DoD solution moves the federal government forward on initiatives to use and procure scalable cloud solutions across agencies. “When we look at where we were with the report to the president across the federal government, and the intent to leverage as many common solutions for purposes of interoperability, cybersecurity ... and the overall efficiency of how we go after those solutions and the ability to keep those current, this is a really positive collaboration, and something that we're incredibly supportive of,” said Kent. Industry has just over two weeks to respond to the RFI, which closes Nov. 9, and the subsequent request for quotes will likely be released in early 2019, according to officials. The DoD and General Services Administration also plan to hold industry days in early December 2018 to facilitate communication between government and industry on the best way to approach the contract. The award for the eventual contract is planned for sometime in the third quarter of 2019, and would likely be set for approximately 10 years and $8 billion, according to Murphy, though that number could change depending on industry input. The appropriate solution would likely have to be certified at FedRAMP Moderate, said Miller. According to Murphy, GSA and DoD have yet to determine whether a single-award or multi-award contract will best suit the DoD's needs — a debate that proved highly contentious for the Joint Enterprise Defense Infrastructure cloud contract that opened for proposals July 26 — and the RFI asks respondents to provide pros and cons for each option. But DoD CIO Dana Deasy said that the DEOS program is part of a Pentagon initiative to bring defense operations into a multi-cloud and multi-vendor environment. “Our intentions are to have a cloud that can serve general purpose computing needs, as well as what I have coined a term as ‘fit-for-purpose' clouds, which could consist of internal clouds or commercial clouds that have a unique fit for purpose,” said Deasy, adding that DEOS would be one such cloud. Because DEOS is one of three collaboration capability sets the agency is looking to fulfill, DoD could end up offering a total of three contracts in that space, according to Miller. https://www.federaltimes.com/acquisition/2018/10/25/dod-seeks-industry-input-on-multibillion-dollar-cloud-collaboration-solution

  • Contract Awards by US Department of Defense - February 25, 2019

    1 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 25, 2019

    NAVY DZSP 21 LLC, Marlton, New Jersey, is awarded a $106,378,427 cost-plus-fixed-fee contract for base operations support services at Joint Region Marianas, Guam. The work to be performed provides for facility and base operating support for the following services: management and administration, port operations, ordnance, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation, and environmental. Work will be performed at various locations on the island of Guam and is expected to be completed by February 2020. Fiscal 2019 and 2020 working capital funds (Navy and Defense); fiscal 2019 and 2020 transportation Air Force working capital funds; fiscal 2019 and 2020 operations and maintenance (Navy, Air Force, Defense); fiscal 2019 family housing operations and maintenance (Navy); fiscal 2019 operations and maintenance (Marine Corps, Army, Army National Guard, and Air National Guard); fiscal 2019 health program funds (Defense); and fiscal 2019 commissary agency (Defense) contract funds in the amount of $106,378,427, of which $96,495,650 are obligated on this award and will expire at the end of the current fiscal year, and $9,882,777 are subject to the availability of funds. This contract was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy Agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-19-C-1175). Micro Systems Inc., Fort Walton Beach, Florida, is awarded a $22,986,171 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production, repairs services and associated ancillary equipment for the systems for Naval Target Control Block II and III in support of Navy aerial targets. Work will be performed in Fort Walton Beach, Florida, and is expected to be completed in February 2024. Fiscal 2018 weapons procurement (Navy) funds in the amount of $3,219,199 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0020). L-3 KEO, Northampton, Massachusetts, is awarded a $19,299,276 firm-fixed-price modification to previously awarded contract N00024-15-C-6252 to exercise options for the production of the Universal Modular Mast. The Universal Modular Mast serves as a lifting mechanism for Virginia class mast payloads. Work will be performed in Bologna, Italy (74 percent); and Northampton, Massachusetts (26 percent), and is expected to be complete by August 2021. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $19,299,276 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, District of Columbia, is the contracting activity. Leidos Corp., Reston, Virginia, is awarded an $11,560,339 cost-plus-fixed-fee contract to procure non-recurring engineering efforts to analyze, define and document system and subsystem requirements for capability enhancements to integrate the adaptive radar countermeasures program on the F/A-18 aircraft. Work will be performed in Arlington, Virginia (50 percent); Clifton, New Jersey (25 percent); Goleta, California (10 percent); St. Louis, Missouri (10 percent); Raleigh, North Carolina (3 percent); and Huntsville, Alabama (2 percent), and is expected to be completed in June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $11,560,339 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0051). Clark Nexsen-CH2m Hill JV Norfolk, Englewood, Colorado, is awarded a $9,500,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for architect-engineering services design projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility worldwide (AOR). The primary tasks anticipated under this contract include DD Form 1391 documentation, design-build request for proposals, plans, specifications, cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, program management, conceptual designs, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operation and maintenance support information, commissioning, and construction inspection and engineering consultation services during construction. After award of this modification, the total cumulative contract value will be $24,500,000. Critical projects are planned to be performed in the NAVFAC AOR worldwide, including but not limited to, Djibouti (53 percent); Italy (30 percent); Spain (12 percent); and Greece (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of November 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Navy). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-17-D-5004). DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded $8,893,970 for firm-fixed-price delivery order N0002419F5617 under previously-awarded contract N00024-15-D-5201 for 18 Technology Insertion 16 air-cooled Common Processing System cabinets and two remote access servers. The Common Processing System provides the computer processing and memory, data storage and extraction and input/output interfaces to support host software applications of Navy combat systems. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by March 2020. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $8,893,970 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, District of Columbia, is the contracting activity. Pacific Scientific Energetic Materials Co., Chandler, Arizona, is awarded an $8,892,173 firm-fixed-price modification under previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00174-17-D-0016 to exercise an option for development, product improvement and prototyping support of various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device Tri-Service Charter. This requirement is for engineering, technical, administrative and programmatic management support for total life cycle management of the various aircrew escape systems. Work will be performed in Chandler, Arizona, and is expected to be completed by January 2020. No additional funds will be obligated at time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $24,968,022 modification (P00031) to previously awarded contract HR0011-16-F-0005 for Enterprise Support Services. The modification brings the total cumulative face value of the contract to $95,553,943 from $70,585,921. Work will be performed in Arlington, Virginia, with an expected completion date of May 2020. Fiscal 2019 research and development funds in the amount of $24,632,633 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. AIR FORCE Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $19,459,236 firm-fixed-price delivery order (FA8504-19-F-0008-P00001) to previously awarded contract FA8504-17-D-0002 for C-130J Propulsion long-term sustainment. This delivery order provides for funding Option II flying hours. Work will be performed primarily at Robins Air Force Base, Georgia, and also at various locations that support C-130J Propulsion long-term sustainment. Work is expected to be complete by Jan. 31, 2020. Fiscal 2019 procurement funds in the full amount are being obligated at the time of award, and this order brings the total cumulative face value of the contract to $90,165,776. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $15,956,064 firm-fixed-price modification (P00009) to previously awarded contract FA8204-14-D-0001 for the MK12A Mod 5 F Midsection remanufacturing program. This modification extends the ordering period of the original requirements contract by five years. Work is being performed at Wilmington, Massachusetts, and is expected to be complete by March 5, 2025. No funds are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. LoadPath, LLC, Albuquerque, New Mexico, has been awarded a $14,899,737 ceiling cost-reimbursement contract for Advanced Spacecraft Systems with Integrated Structural Thermal Technologies (ASSISTT). This contract provides for the advancement of the technology and scientific knowledge in the areas of deployable structures, thermal systems, RF antenna structures, integrated structural sensing, and advanced manufacturing. Work will be performed in Albuquerque, New Mexico, and is expected to be complete by Feb. 28, 2024. This contract was the result of a competitive acquisition and four offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $440,670 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-C-0002). Engineered Arresting Systems Corp., doing business as Zodiac Arresting Systems America, Aston, Pennsylvania, was awarded a $9,679,711 firm-fixed-price requirements contract for the Textile Aircraft Arresting Systems (TAAS) This contract provides for the production of the TAAS, a onetime emergency use overrun aircraft arresting system designed for use with tail hook equipped fighter aircraft, or non-hook equipped aircraft when couples with a net barrier engaging system. Work will be performed in Merpins, France, and is expected to be complete by Sept. 28, 2022. This award is the result of a sole-source acquisition, and no funds were obligated at the time of award. Air Force Life Cycle Management, Robins Air Force Base, Georgia, is the contracting activity (FA8533-17-D-0001). (Awarded Sept. 29, 2017) ARMY Next-CEI JV LLC,* Honolulu, Hawaii (W912CN-19-D-0002); R&I Construction Inc.,* Aiea, Hawaii (W912CN-19-D-0003); D&D Construction Inc.,* Waipahu, Hawaii (W912CN-19-D-0004); and Amethyst Builders LLC,* Ewa Beach, Hawaii (W912CN-19-D-0005), will compete for each order of the $16,800,000 firm-fixed-price contract for sustainment, restoration and modernization. Thirty bids were solicited with 19 bids received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army 413th Combat Support Battalion, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY Silver Oak Leaf, Inc.,** Alpharetta, Georgia, has been awarded a maximum $16,074,375 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for blouses and trousers for the Type III, Navy Working Uniform. This was a competitive acquisition with six responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico and Georgia, with a Feb. 24, 2021, estimated performance completion date. Using military service is Navy. Type of appropriation is fiscal year 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1135). * Small Business **Service-disabled veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1766751/

  • Army special operations rethinking force structure, tech

    28 décembre 2022 | International, Terrestre

    Army special operations rethinking force structure, tech

    Restructuring is needed for a new kind of fight.

Toutes les nouvelles