31 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

Contract Awards by US Department of Defense - August 28, 2020

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Sunnyvale, California, is being awarded a $911,765,000 modification (P00049) for existing sole source, indefinite-delivery/indefinite-quantity contract HQ0147-12-D-0001 for Terminal High Altitude Area Defense element development and support services. This modification brings the total maximum ceiling value of this contract from $2,335,000,000 to $3,246,765,000. This modification provides for the extension of the period of performance for additional incremental development, support to flight and ground test programs and responsive support to warfighter requirements to sustain the Ballistic Missile Defense System throughout the acquisition life cycle. Expected completion dates will be established under subsequent task order awards. The work will be performed at Sunnyvale, California; and Huntsville, Alabama. No funding is being obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Abbott Rapid DX North America LLC, Orlando, Florida, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of BinaxNOW rapid point-of-care antigen tests for COVID-19. The initial order is valued at $760,000,000 for 150 million tests and distribution costs. This was a sole-source acquisition to meet an urgent and compelling national need. An Emergency Use Authorization has been approved and signed by the Food and Drug Administration for this contract award. This is a four-month contract with no option periods. Locations of performance are Florida and Maine, with a Dec. 31, 2020, ordering period end date. Using customer is the Department of Health and Human Services. The maximum dollar value on the contract is $1,500,000,000. Type of appropriation is fiscal 2020 CARES Act funding. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0027). (Awarded Aug. 27, 2020)

Petro Star, Inc.,* Anchorage, Alaska (SPE605-20-D-4008, $62,088,432); Delta Western LLC, Seattle, Washington (SPE605-20-D-4002, $32,629,727); Crowley Government Services, Jacksonville, Florida (SPE605-20-D-4005, $26,468,885); and Petro 49 Inc.,* doing business as Petro Marine Services, Seward, Alaska (SPE605-20-D-4009, $15,852,473), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE0600-20-R-0222 for various types of fuel. These were competitive acquisitions with 18 responses received. They are 60-month contracts with a six-month option period. Locations of performance are Alaska, Florida and Washington, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Breton Industries Inc.,* Amsterdam, New York, has been awarded a maximum $17,810,477 firm-fixed-price contract for vehicular door handles, soft top parts kits, vehicular fitted covers and vehicular curtain assemblies. This was a competitive acquisition with four offers received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with an Aug. 27, 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 the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0166).

Immix Technology Inc., McLean, Virginia, has been awarded a maximum $17,637,924 firm-fixed-price delivery order (SP4701-20-F-0161) against five-year basic ordering agreement NNG-15-S-C39B with one five-year option period for IBM software maintenance support renewal. This was a competitive acquisition with four responses received. This is a one-year base contract with two one-year option periods. Location of performance is Virginia, with an Aug. 31, 2021, performance completion date. Using customer is the Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania.

AMG Engineering & Machining Inc., Indianapolis, Indiana (SPE4A7-20-D-0363, $17,236,056); and Janel's Industries Inc., Dowagiac, Michigan (SPE4A7-20-D-0362, $13,155,156), have each been awarded a maximum firm-fixed-price, indefinite-quantity contract under solicitation SPE4A7-20-R-0032 for aircraft structural fittings. This was a competitive acquisition using justification 15 U.S. Code 657f, as stated in Federal Acquisition Regulation 6.206. This is a five-year contract with no option periods. Locations of performance are Michigan, Florida and Indiana, with an Aug. 28, 2025, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

AIR FORCE

National Strategic Research Institute – University of Nebraska, Lincoln, Nebraska, has been awarded a maximum $92,000,000 single-award, indefinite-delivery/indefinite-quantity contract for research and development services supporting U.S. Strategic Command (USSTRATCOM) and other government agencies. The contract is specifically for obtaining Department of Defense essential engineering, research and development capabilities and mission-related research including test, evaluation, and systems analysis of related topics for USSTRATCOM in the defined core competencies of nuclear detection and forensics, detection of chemical and biological weapons, active and passive defense against weapons of mass destruction and consequence management. Work will primarily be performed at the University of Nebraska-Lincoln, Lincoln, Nebraska; and University of Nebraska Medical Center, Omaha, Nebraska, and is expected to be completed Feb. 28, 2026. This award is a result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-20-D-0003).

PLEXSYS Interface Products, Camas, Washington, has been awarded a $66,771,502 firm-fixed-price, time and materials contract to the Airborne Warning and Control System (AWACS) Mission Crew Training Set (MCTS) effort. This contract will provide services to support the AWACS Block 40/45 system by providing operations and maintenance to eight MCTS systems. This contract will ensure that these MCTS systems are ready for training at the beginning of each training day, ensuring it remains operational throughout training events and then securing it at the conclusion of the training day. Work will be performed at Tinker Air Force Base, Oklahoma; Kadena Air Base, Japan; Nellis AFB, Nevada; and Joint Base Elmendorf, Alaska, and is expected to be completed by July 2024. This award is the result of a sole-source acquisition. Fiscal 2020 centralized asset management aircraft procurement funds in the amount of $12,142,258 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8730-20-C-0009).

M1 Support Services, Denton, Texas, has been awarded a $25,649,894 modification (P00050) to contract FA4890-16-C-0012 for the T‐38 aircraft maintenance program. The modification will provide intermediate and organizational maintenance of T‐38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Work will be performed at Beale Air Force Base, California; Holloman AFB, New Mexico; Joint Base Langley-Eustis, Virginia; Tyndall AFB, Florida; and Whiteman AFB, Missouri, and is expected to be completed Sept. 30, 2021. Fiscal 2021 operations and maintenance funds will be used, but no funds will be obligated at time of award. Acquisition Management and Integration Center, Joint Base Langley-Eustis AFB, Virginia, is the contracting activity.

Frontier Technology Inc., Beavercreek, Ohio, has been awarded an $18,838,565 cost-plus-fixed-fee modification (P00016) to life cycle decision support contract FA8806-19-C-0004 for additional support and analysis. The contract modification provides for the support and analysis to aid in the rapid prototyping and delivery of Enterprise Ground Services to future and existing U.S. Space Force missions. Work will be performed in Colorado Springs, Colorado; and Los Angeles, California, and work is expected to be completed by Sept. 4, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $6,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $85,525,491. Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Range Generation Next LLC, Sterling, Virginia, has been awarded a $17,620,089 cost-plus-fixed-fee modification (P000313) to contract FA8806-15-C-0001 for cyber hardened infrastructure support Phases Three and Four. This modification supports an increase in launch and test range requirements. Work will be performed at Eastern Range, Patrick Air Force Base, Florida; and Western Range, Vandenberg AFB, California, and is expected to be completed Feb. 24, 2023. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8806-15-C-0001).

Credence Management Solutions LLC, Vienna, Virginia, has been awarded an $8,661,142, bilateral second option for task order FA3002-18-F-0162 to continue providing flight training operations support to Air Education and Training Command fighter aircrew at Joint Base San Antonio (JBSA) Randolph and Lackland, Texas; Columbus Air Force Base, Mississippi; Laughlin AFB, Texas; Vance AFB, Oklahoma; Tucson Air National Guard (ANG) Base, Arizona; Little Rock ANG Base, Arkansas; Altus AFB, Oklahoma; Pensacola Naval Air Station, Florida; Fort Rucker, Alabama; and the U.S. Air Force Academy, Colorado, and is expected to be completed August 2021. This task order incorporates the addition of two schedulers at JBSA–Randolph, and the Service Contract Labor Standards, Department of Labor Wage Determinations and the Collective Bargaining Unit for Altus AFB. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The Air Force Installation Contracting Center, JBSA-Randolph, Texas, is the contracting activity.

ARMY

EFW Inc., Fort Worth, Texas, was awarded a $55,365,964 modification (P00010) to contract W15QKN-20-F-0331 to increase the contract ceiling amount and extend the contract period of performance to procure hardware in support of the Mortar Fire Control System. 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 Dec. 28, 2022. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded April 1, 2020)

Legacy Joint Venture Group LLC,* Warner Robins, Georgia, was awarded a $49,000,000 firm-fixed-price contract to provide rapid response with new construction, renovation, upgrades, improvement, maintenance or repair of government facilities. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2025. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-D-4007).

Advanced Systems Technology Inc.,* Lawton, Oklahoma, was awarded a $24,331,428 firm-fixed-price contract for to replace the existing tactical communication subsystems towers and antenna system equipment to properly operate, display and protect the Joint Readiness Training Center instrumented systems. Bids were solicited via the internet with two received. Work will be performed in Fort Polk, Louisiana, and Lawton, Oklahoma, with an estimated completion date of Aug. 27, 2022. Fiscal 2020 operations and maintenance (Army) funds; and 2019 and 2020 other procurement (Army) funds in the amount of $24,331,428 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0018).

Henry M. Jackson Foundation, Bethesda, Maryland, was awarded an $18,808,103 cost-plus-fixed-fee contract for medical research to implement a multifaceted artificial intelligence initiative at the Biotechnology High-Performance Computing Software Applications Institute to support scientific research in multiple areas of military medicine. Bids were solicited via the internet with one received. Work will be performed in Bethesda, Maryland, with an estimated completion date of Aug. 16, 2023. Fiscal 2020 Defense Health Program and research, development, test and evaluation (Army) funds in the amount of $4,673,419 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-C-0031).

Alstom Renewable US LLC, Greenwood Village, Colorado, was awarded a $15,943,367 firm-fixed-price contract to perform all work required to rewind two hydroelectric generating units at Hartwell Powerhouse. Bids were solicited via the internet with four received. Work will be performed in Hartwell, Georgia, with an estimated completion date of May 31, 2022. Fiscal 2020 hydropower customer funded funds in the amount of $15,943,367 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0025).

McMillen LLC, Boise, Idaho, was awarded a $12,231,000 firm-fixed-price contract for equipment, structures and all labor, plant, equipment and materials for the rehabilitation of the two low-level outlets of the Coolidge Dam. Bids were solicited via the internet with five received. Work will be performed at the Coolidge Dam, Arizona, with an estimated completion date of Oct. 22, 2022. Fiscal 2020 Bureau of Indian Affairs construction funds in the amount of $12,231,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-C-0018).

EA Engineering, Science and Technology Inc.,* Hunt Valley, Maryland, was awarded an $8,025,292 firm-fixed-price contract to address groundwater contamination resulting from historical releases at Kirtland Air Force Base. Bids were solicited via the internet with two received. Work will be performed at Kirtland Air Force Base, New Mexico, with an estimated completion date of Aug. 27, 2025. Fiscal 2020 environmental restoration, defense funds in the amount of $8,025,292 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-C-0020).

NAVY

La Jolla Logic, San Diego, California (M68909-20-D-7601); Pueo Business Solutions LLC, Fredericksburg, Virginia (M68909-20-D-7602); Axcend, Inc., Fairfax, Virginia (M68909-20-D-7604); Lumbee Tribe Enterprises LLC, Pembroke, North Carolina (M68909-20-D-7605); and Trillion Technology Solutions, Inc., Reston, Virginia (M68909-20-D-7606), are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for network, engineering, testing and cybersecurity support services with an estimated ceiling value of $46,000,000. Work will be performed in Camp Pendleton, California, and is expected to be complete by May 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1,500 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with 17 offers received. The Marine Corps Systems Command, Marine Corps Tactical Systems Support Activity, Camp Pendleton, California, is the contracting activity. (Awarded Aug. 27, 2020)

Coastal Marine Services Inc., San Diego, California (N50054-20-D-0007); and Thermcor Inc., Norfolk, Virginia (N50054-20-D-0008), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide insulation and lagging removal and installation. Coastal Marine Services Inc. is awarded an $18,903,577 contract and Thermcor Inc. is awarded a $23,020,821 contract for a total amount of $41,924,398. Work will be performed in Norfolk, Virginia, and is expected to be completed by August 2021, and if all options are exercised, by August 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $24,000 ($12,000 minimum guarantee per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This multiple award contract was procured as a small business set-aside via the beta.Sam.gov website with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Mare Island Dry Dock, Vallejo, California, is awarded a $15,378,728, 50-calendar day, firm-fixed-price contract (N32205-20-C-4066) for the mid-term availability of the fleet replenishment oiler USNS Henry J. Kaiser (T-AO 187). The $15,378,728 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include forward and port side superstructure preservation and steel repairs, ballast tank preservation forepeak, flight deck non-skid renewal, miscellaneous steel repairs, tank preservation 1S, 8C and 10C, main engine 12,000-hour overhaul, multiple cable transit repair, marine sanitation device tank replacement, number 4 ship service diesel generators resilient engine mount replacement and vent plenum preservation. The contract includes options which, if exercised, would bring the total value to $16,715,800. Work will be performed in Vallejo, California. Expected period of performance is Oct. 14, 2020, through Dec. 2, 2020. Fiscal 2021 working capital (Navy) funds, excluding options, in the amount of $15,378,728 will be obligated at time of the award. This contract was competitively procured, with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4066).

Basic Commerce and Industries Inc.,* Moorestown, New Jersey, is awarded a $12,281,171 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for research, development, production, integration, installation, software support and maintenance of Weather Radar Through-the-Sensor systems. This five-year contract includes no options. Work will be performed in Moorestown, New Jersey (95%); and San Diego, California (5%). The period of performance is from Aug. 28, 2020, through Aug. 27, 2025. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders using research, development, test and evaluation (Navy); other procurement (Navy); and operations and maintenance (Navy) funds. This contract was awarded with circumstances permitting other than full and open competition pursuant to the authority of 10 U.S. Code 2304(c)(5) as implemented by Federal Acquisition Regulation 6.302-5. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-D-3413).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2329454/

Sur le même sujet

  • Saab receives order for Arexis sensor suite for German Eurofighters

    26 mars 2024 | International, Terrestre

    Saab receives order for Arexis sensor suite for German Eurofighters

    Saab has received an order from Airbus Defence and Space for the Arexis Electronic Warfare (EW) sensor suite. The contract period is 2024-2026.

  • Europe's defense firms feel the squeeze of shortages, sanctions

    14 avril 2022 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Europe's defense firms feel the squeeze of shortages, sanctions

    The aftermath of a yearslong pandemic and a protracted land war in Europe is causing defense contractors to take a serious look at how to sustain their supply chains.

  • Contract Awards by US Department of Defense - November 25, 2020

    26 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 25, 2020

    AIR FORCE Northrop Grumman Systems Corp., San Diego, California, has been awarded a $4,800,000,000 indefinite-delivery/indefinite-quantity contract for Global Hawk development, modernization, retrofit and sustainment activities for all Air Force Global Hawk variants. This contract provides for management, including program, business and technical areas; engineering efforts, including configuration management, data management, reliability, availability and maintainability, and related areas of concern such as technical refresh, diminishing manufacturing sources, etc.; studies and analyses; design, development, integration, test and evaluation; contract/production line closeout/shutdown; training; sparing; overseas contingency operations support; fielding; cyber security/information assurance; interoperability support; facilities modifications/renovation; integrated logistics support; requirements management specification management; and quality assurance. Additional, and more specific, guidance will be included within each individual delivery order/task order statement of work and performance work statement regarding these and other tasks. This contract provides flexibility to accommodate the broad enterprise of activities associated with the Global Hawk program. Work will be performed in San Diego, California, and is expected to be completed Sept. 30, 2030. This award is the result of a sole-source acquisition. Multiple fiscal years and types of funds will be used for this contract. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the primary contracting activity (FA8690-21-D-1009). Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded a $453,057,000 indefinite-delivery/indefinite-quantity contract for the aircraft engine Component Improvement Program. This contract provides for the following work: the Component Improvement Program establishes prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed, and designing modifications to existing support equipment as well as initiating new support equipment designs as required by engine driven changes. The program also provides support to resolve service-revealed deficiencies and maintain or extend the life limits of aircraft engines. Work will be performed in East Hartford, Connecticut, and is expected to be completed Dec. 31, 2029. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $557,347 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-21-D-0001). The Boeing Co., Oklahoma City, Oklahoma, has been awarded Option Five to its indefinite-delivery/indefinite-quantity contract FA8106-16-D-0002 under order FA8134-21-F-0001, in the estimated amount of $196,477,863. The Option Five exercise will provide E4B program management, field service representatives, system integration laboratory support, emergency support, spare procurement, spare repair and overhaul, engine sustainment and scheduled and unscheduled depot maintenance. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska; and San Antonio, Texas, and is expected to be completed Nov. 30, 2021. This contract is a sole-source order. Fiscal 2021 operation and maintenance funds in the amount of $75,677,863 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $42,100,000 undefinitized modification (P00016) to contract FA8682-18-C-0009 for the Joint Air-to-Surface Standoff Missile (JASSM) group one development. This contract modification supports the Global Positioning System receiver development and the development of the missile control unit gigabit cables. Work will be performed in Orlando, Florida, and is expected to be completed Dec. 31, 2023. Fiscal 2020 procurement; and fiscal 2020 research, development, test and evaluation funds in the amount of $6,774,932 are being obligated at the time of award. Total cumulative face value of the contract is $214,912,654. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $188,572,655 modification (P00010) exercising the second one-year option period of a one-year base contract (SPRPA1-17-D-009U) with four one-year option periods for performance-based logistics and engineering support for the V-22 platform. This is a firm-fixed-price requirements contract. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 30, 2021, performance completion date. Using customers are Air Force, Navy, Marine Corps and military services in Japan. Type of appropriation is fiscal 2021 through 2022 (Air Force, Navy, Special Operations Command and Foreign Military Sales) appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. SupplyCore Inc.,* Rockford, Illinois (SPE8E3-21-D-0001, $90,000,000); and Noble Supply and Logistics,* Rockland, Massachusetts (SPE8E3-21-D-0002, $90,000,000) have each been awarded a firm-fixed-price contract under solicitation SPE8EG-13-R-0002 for facilities maintenance, repair and operations. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. They are 365-day bridge contracts with no option periods. Locations of performance are Illinois, Massachusetts, Mississippi, Alabama, Florida, North Carolina, South Carolina, Georgia and Tennessee, with a Nov. 28, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an estimated $16,881,210 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to add pricing for the repair of modular receiver exciters and common radar processor components and other depot-level reparable 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 a three-year base contract with one five-year option period. Location of performance is Maryland, with a Sept. 9, 2023, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 Air Force operation and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-21-D-0001). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $7,788,263 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1213) with four one-year option periods for men's broadfall trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a Nov. 24, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Adept Process Services Inc. (APS Marine), National City, California (N55236-21-D-0001); Amee Bay LLC, Hanahan, South Carolina (N55236-21-D-0002); Delphinus Engineering Inc., Eddystone, Pennsylvania (N55236-21-D-0003); Epsilon Systems Solutions Inc., San Diego, California (N55236-21-D-0004); Integrated Marine Services Inc., Chula Vista, California (N55236-21-D-0005); Marine Group Boat Works LLC, Chula Vista, California (N55236-21-D-0006); Q.E.D. Systems Inc., Virginia Beach, Virginia (N55236-21-D-0007); and Willard Marine Inc., Anaheim, California (N55235-21-D-0008), are awarded an overall maximum ceiling value of $64,349,360 in firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with a five base year ordering period to provide marine boatyard services (Lot 1) including specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, and lighterage/service crafts that can be transported via roadway by a trailer that is less than 15 meters or 50 feet in length. It includes their associated systems (i.e., hull, mechanical, electrical and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance. These eight companies will have an opportunity to compete for individual delivery orders. Work will be performed within the San Diego-Los Angeles County areas. These contracts have a five-year base ordering period and work is expected to be completed by November 2025. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $80,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract's initial delivery order and funding will expire at the end of the current fiscal year. These contracts were competitively procured via the beta.sam.gov website; nine offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Barnhart-Reese Construction Inc.,* San Diego, California, is awarded firm-fixed-price task order N62473-21-F-4139 at $15,814,642 under a multiple award construction contract for design-build repair to Bachelors Enlisted Quarters (BEQ) Building 210905 at Marine Corps Base Camp Pendleton, California. The scope of work includes repairs to building subsurface slab and waste line; interior walls, doors, floors, shower enclosures and restroom fixtures; exterior doors and hardware, downspouts, gutters, cracks on walls and balconies, paint walls and rails; electrical lines and walkways; provides an air-cooled chiller, pumps, controls and associated appurtenances; and any incidental related work. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $15,814,642 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). Innovative Defense Technologies,* Arlington, Virginia, is awarded a $14,071,754 cost-plus-fixed-fee contract for automated test and analysis capability supporting Navy surface combatant combat system development. Work will be performed in Arlington, Virginia (50%); and Mount Laurel, New Jersey (50%), and is expected to be completed by November 2021. This contract includes options, which if exercised, would bring the cumulative value of this contract to $90,490,587 and be completed in November 2025. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $500,000 will be obligated at time of award and 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)(5). This award is the result of a Small Business Innovative Research Phase III sole-source acquisition. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5100). Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $9,731,342 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering services in support of test and evaluation and systems engineering activities related to AEGIS Ballistic Missile Defense on behalf of the Missile Defense Agency. Work will be performed in Kauai, Hawaii (90%); Oahu, Hawaii (4%); Santa Clara, California (3%); Point Mugu, California (2%); and Chantilly, Virginia (1%). Work is expected to be completed in November 2025. No funds will be obligated at the time of award and funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0007). Bristol Engineering Services Co. LLC,* Anchorage, Alaska, is awarded firm-fixed-price task order N62473-21-F-4135 at $8,257,745 under a multiple award construction contract for construction and repair of natural gas lines at Marine Corps Air Ground Combat Center, Twentynine Palms, California. The work to be performed provides for construction and repair of high pressure natural gas systems' main and laterals lines. This project repairs approximately 108,000 linear feet of underground high pressure (400 psi) main piping, medium pressure piping, and low pressure (45 to 20 psi) branch natural gas piping system. Work will be performed in Twentynine Palms, California, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $8,257,745 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N39430-20-D-2221). ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded an $11,538,508 modification (P00014) to contract W911S0-18-C-0004 to provide mission support for planning, coordination and execution of exercises conducted by the Army's Mission Command Training Program. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Oct. 14, 2024. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,538,508 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2428368/source/GovDelivery/

Toutes les nouvelles