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

Contract Awards by US Department of Defense - August 19, 2019

ARMY

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $133,162,809 firm-fixed-price contract for Savannah inner harbor dredging. Bids were solicited via the internet with four received. Work will be performed in Savannah, Georgia, with an estimated completion date of Sept. 6, 2021. Fiscal 2019 civil construction; operations and maintenance civil; and river and harbor contributed funds in the amount of $133,162,809 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5004).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $124,460,600 firm-fixed-price contract for Charleston harbor dredging. Bids were solicited via the internet with five received. Work will be performed in Charleston, South Carolina, with an estimated completion date of July 5, 2022. Fiscal 2019 civil construction funds in the amount of $124,460,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0003).

WHH Nisqually-Garco JV 2,* Olympia, Washington, was awarded a $22,252,000 firm-fixed-price contract for construction of a hot refueling system at Gray Army Airfield at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with three received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of Feb. 22, 2021. Fiscal 2019 military construction funds in the amount of $22,252,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-C-0017).

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $7,868,630 firm-fixed-price contract for the production of Dual Output Battery Eliminator retrofits and Ku Band Directional Antennas On the Move upgrades. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 aircraft procurement, Army funds in the amount of $7,868,630 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0636).

AIR FORCE

Radiance Technologies Inc., Huntsville, Alabama,* has been awarded a $99,997,251 cost-plus-fixed-fee contract for distributed, automated and intelligent hardware and software security. The scope of this effort is the design, development, integration and delivery of an adaptable set of models and tools, which can be used to provide next-generation detailed, comprehensive and automated cyber vulnerability assessment capabilities, which can also be tailored towards multiple application spaces and Department of Defense missions. This set of models and tools will provide optimized system configurations and countermeasure placement in order to perform vulnerability assessments on complex, distributed systems, which include Internet of Things components in an automated fashion. Work will be performed in Huntsville, Alabama, and is expected to be completed by Aug. 19, 2024. This award is the result of a competitive acquisition and two offers were received. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1508).

Flatter Inc., Fredericksburg, Virginia, and Washington, District of Columbia, has been awarded a $39,559,613 indefinite-delivery/indefinite-quantity contract for the Air Force Senior Leadership Development Program (AFSLDP). This contract provides for the full range of technical, functional and managerial expertise to further support the continual development, enhancement, sustainment and facilitation of the AFSLDP by providing analysis, subject matter expertise, guidance and support to the Force Development and Senior Leadership trainings as well as systems. Work will be performed in the National Capital Region and the estimated completion date is Aug. 16, 2024. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 operations and maintenance funds in the amount of $136,000 are being obligated at the time of award. The contracting directorate is Air Force, District of Washington, Acquisitions, and the contracting activity is Joint Base Andrews, Maryland (FA701419DA003).

BAE Systems, Nashua, New Hampshire, has been awarded a $19,197,676 cost-plus-fixed-fee for sustainment services associated with the AN/ALQ-239 Digital Electronics Warfare Systems (DEWS) and AN/AAR-57A(V) Common Missile Warning System (CMWS) hardware/software. This contract provides for the repair and return indefinite-delivery/indefinite-quantity in support of DEWS/CMWS line replaceable units and line replaceable modules for the Foreign Military Sales customer. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Aug. 13, 2022. This contract involves foreign military sales to the Royal Saudi Air Force. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $9,054,261 are being obligated at the time of the award via order FA8523-19-F-0056. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-19-D-0001).

CORRECTION: The Aug. 8, 2019, announcement that BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, was awarded a $369,000,000 ceiling increase modification (P00013) to contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems is incorrect. The correct award amount was $90,500,000. All other information in the announcement is correct.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $32,111,547 for modification P00005 to delivery order N00019-19-F-2512 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits and special tooling for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD partners; and FMS funds in the amount of $32,111,547 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,510,522; 51%); Marine Corps ($7,693,130; 24%); Navy ($275,849; 1%); non-DoD participants ($4,698,676; 15%); and FMS customers ($2,933,370; 9%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $21,316,067 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Sacagawea (T-AKE 2). The contract includes options, which, if exercised, would bring the total contract value to $21,942,075. Work will be performed in North Charleston, South Carolina, and is expected to be completed by Dec. 20, 2019. Working capital funds (Navy) in the amount of $21,942,075 will be obligated in fiscal 2020. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with two offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-6006).

Reyes Construction Inc., Pomona, California, is awarded $20,368,000 for firm-fixed-price task order N62473-19-F-4995 under a previously awarded multiple award construction contract (N62473-18-D-5862) for the design-bid-build construction of missile magazines at Naval Weapons Station, Seal Beach. The work to be performed provides for new magazines that are needed to provide adequate storage for vertical launch missile systems, missile variants and for assembled missile storage. The contractor shall provide all labor, supervision, materials and equipment to perform all work described in the request for proposal. The task order also contains five unexercised options, which, if exercised, would increase the cumulative task order value to $20,479,300. Work will be performed in Seal Beach, California, and is expected to be completed by April 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $20,368,000 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $13,350,351 for cost-plus-incentive-fee modification P00008 for new scope under previously awarded contract N-00030-19-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $13,350,351 are being obligated on this award. Funds will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $12,031,145 for modification P00001 to delivery order 5503 under previously issued against basic ordering agreement (N00019-14-G-0020). This award procures modification kits for modification and retrofit of delivered F-35 Lightning II Joint Strike Fighters for the Air Force and Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Air Force and Marine Corps) funds in the amount of $12,031,145 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($6,927,023; 58%); and the Marine Corps ($5,104,122; 42%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Unified Business Technologies Inc.,* Troy, Michigan, is awarded $7,379,877 for firm-fixed-price task order N40085-19-F-3500 under a previously awarded SeaPort Next Generation contract for engineering and program management for capital improvement requirements with various design and construction periods at Marine Corps Air Station, Cherry Point, North Carolina; and Marine Base Camp Lejeune, Jacksonville, North Carolina. The work to be performed provides for various construction engineering disciplines and administrative support services to assist in completing various capital improvement projects. The task order also contains four unexercised options, which, if exercised, would increase cumulative task order value to $37,651,276. Work will be performed in Jacksonville, North Carolina (67%); and Havelock, North Carolina (33%), and is expected to be completed by August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $7,379,877 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N00178-19-D-8762).

DEFENSE LOGISTICS AGENCY

Bremen-Bowdon Investments Co., Bowdon, Georgia, has been awarded a maximum $7,966,345 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-1085) with four one-year option periods for men's blue trousers. This is a firm-fixed-price contract. Location of performance is Georgia, with an Aug. 23, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1938044/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - May 05, 2020

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

    Contract Awards by US Department of Defense - May 05, 2020

    NAVY Raytheon Space and Airborne Systems, McKinney, Texas, is awarded $325,000,000 for a firm-fixed-price contract for the repair of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (59%); and Jacksonville, Florida (41%). Work is expected to be complete by May 2025. This is a five-year base period with no option periods. Annual working capital (Navy) funds in the amount of $54,507,477 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WC01). Flightline Electronics Inc., Victor, New York, is awarded an $18,588,079 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of 543 TTU-597/E engineering change proposal kits to address parts obsolescence and availability issues on the fuel control test set for Navy and Foreign Military Sales customers. Additionally, this contract provides logistics support documents to include technical manual updates, provisioning data and the interim support items list. Work will be performed in Victor, New York (60%); and Cheltenham, Gloucestershire, United Kingdom (40%), and is expected to be complete by May 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0008). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $10,178,059 modification (P00029) to a previously awarded, fixed-price-incentive-firm-target, cost-plus-fixed-fee contract (N00019-17-C-0015). This modification provides for additional repairs in support of the V-22 Common Configuration Readiness and Modernization program. Additionally, this modification provides non-recurring engineering for a drive tube engineering change proposal in support of V-22 (Osprey multirole combat aircraft) production. Work will be performed in Fort Worth, Texas (30%); Ridley Park, Pennsylvania (15%); Amarillo, Texas (13%); Red Oak, Texas (3%); East Aurora, New York (3%); Park City, Utah (2%); McKinney, Texas (1%); Endicott, New York (1%); various locations within the continental U.S. (28%); and various locations outside the continental U.S. (4%). Work is expected to be complete by September 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $4,804,019; fiscal 2019 aircraft procurement (Navy) funds in the amount of $5,119,758; fiscal 2020 operations and maintenance (Navy) funds in the amount of $240,500; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,108 will be obligated at time of award, $5,044,519 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. AIR FORCE StandardAero Inc., San Antonio, Texas, has been awarded a $237,395,588 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the J85 engine repair. The contractor will provide maintenance, repair and overhaul repairs of the J85 engine. Work will be performed in San Antonio, Texas, and is expected to be completed by May 2028. This award is the result of a competitive acquisition in which one bid was received. Fiscal 2020 operations and maintenance funds in the amount of $10,135,844 is being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0005). L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $76,000,028 cost-plus-fixed-fee, undefinitized contract modification (P00008) to contract FA8620-19-F-4872 for procurement of Group B materials, ground systems integration lab and subcontracts. Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2024. This contract involves 100% Foreign Military Sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $37,240,021 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DMS Contracting Inc., Mascoutah, Illinois (FA4407-20-D-0001); C. Rallo Contracting Co. Inc., St. Louis, Missouri (FA4407-20-D-0002); Davinroy Mechanical Contractor Inc., Belleville, Illinois (FA4407-20-D-0003); Hank's Excavating & Landscaping Inc., Belleville, Illinois (FA4407-20-D-0004); J&B Builders Inc., St. Charles, Illinois (FA4407-20-D-0005); Mantle-Plocher JV, Worden, Illinois (FA4407-20-D-0006); Surmeier & Surmeier, Mascoutah, Illinois (FA4407-20-D-0007); and Pugsley Byrne JV LLC, Brighton, Illinois (FA4407-20-D-0008), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $45,000,000 under a multiple award task order contract. The awards are in support of the multiple award paving contract program to support the Scott Air Force Base construction program, including paving and civil categories. Work will be performed on Scott AFB, Illinois, and is expected to be completed May 4, 2021. These awards are the result of a competitive acquisition and nine 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 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is an 18-month bridge contract with no option periods. Locations of performance are Illinois and Alaska, with a Nov. 5, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0011). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $36,688,190 firm-fixed-price delivery order (SPRRA2-20-F-0077) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, 11-month contract with no option periods. Location of performance is Massachusetts, with a March 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,752,704 modification (P00010) exercising the second one-year option period of a one-year base 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 a May 4, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. American Water Enterprises LLC, Camden, New Jersey, has been awarded a $21,810,972 modification (P00251) to a 50‐year contract (SP0600‐03‐C‐8268), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Rucker, Alabama. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are New Jersey and Alabama with an April 15, 2054, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2054 Army operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia. Raytheon Co., Andover, Massachusetts, has been awarded a maximum $8,362,088 firm-fixed-price delivery order (SPRRA2-20-F-0079) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year, nine-month contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. ARMY ASM Research LLC, Fairfax, Virginia, was awarded a $40,284,199 firm-fixed-price contract to provide comprehensive credentialing and privileging program support for the Army National Guard or Air National Guard. 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 May 4, 2025. The National Guard Bureau Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-20-D-1000). Miller Electric Co. Inc., Reno, Nevada, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2006 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the states of Kansas and Nebraska. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2021. The 419th Contract Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. CAE USA Inc., Tampa, Florida, was awarded an $11,157,134 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of May 15, 2027. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,157,134 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0008). Manhattan Construction Co., Tulsa, Oklahoma, was awarded an $8,300,000 modification (PZ0001) to contract W912BV-20-C-0008 for alternate care facilities in Oklahoma. Work will be performed in Tulsa and Oklahoma City, Oklahoma, with an estimated completion date of May 10, 2020. Fiscal 2020 civil construction funds in the amount of $8,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Perspecta Labs Inc., Basking Ridge, New Jersey, was awarded a $29,917,092 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program. The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100x through the development, implementation, integration and validation of novel, clean-slate network subsystems. Work will be performed in Basking Ridge, New Jersey, with an expected completion date of May 2024. Fiscal 2019 research, development, test and evaluation (RDT&E) funding in the amount of $1,110,000; and fiscal 2020 RDT&E funding in the amount of $2,925,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and eight offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0090). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2177362/source/GovDelivery/

  • GA-ASI invests in upgrading EagleEye radar with AESA antenna

    25 avril 2024 | International, Terrestre

    GA-ASI invests in upgrading EagleEye radar with AESA antenna

  • Army Futures Command drafting next operating concept

    31 juillet 2023 | International, C4ISR, Sécurité, Autre défense

    Army Futures Command drafting next operating concept

    What's after Multidomain Operations? Army Futures Command is beginning to work on an operational concept for 2040 and beyond.

Toutes les nouvelles