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

Contract Awards by US Department of Defense - August 6, 2019

NAVY

Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010).

King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 will be obligated at time of award and will not 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) - only one source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003).

Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 will be obligated at time of award and will not 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): only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and 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 (SPE1C1-19-D-1180).

Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. 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 one-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q).

CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

Sur le même sujet

  • Redefining disruption: A plan to upgrade defense innovation

    10 septembre 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Redefining disruption: A plan to upgrade defense innovation

    The U.S. military suffers because of antiquated rules and cultural norms for how government works with industry in developing new technologies. This can't continue.

  • Ukraine makes it obvious DoD has to change how it buys weapons

    13 octobre 2022 | International, Autre défense

    Ukraine makes it obvious DoD has to change how it buys weapons

    The scale at which '€œdual-use'€ technologies is used should make us urgently rethink the way the Department of Defense does business.

  • Contract Awards by US Department of Defense - December 14, 2018

    17 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 14, 2018

    DEFENSE LOGISTICS AGENCY Spacelabs Healthcare Inc., Snoqualmie, Washington, has been awarded a maximum $450,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five-year option period. This was a competitive acquisition with 36 responses received. Location of performance is Washington, with a Dec. 13, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0008). OrthoScan, Scottsdale, Arizona, has been awarded a maximum $125,000,000 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 Arizona, with a Dec. 13, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0007). UPDATE: Moridge Manufacturing Inc., Moundridge, Kansas (SPE8EC-19-D-0031) has been added as an awardee to the multiple-award contract for commercial agricultural equipment, issued against solicitation SPE8EC-17-R-0007, announced May 18, 2017. NAVY Textron Inc., New Orleans, Louisiana, is awarded a $314,288,369 modification to previously awarded letter contract N00024-17-C-2480 for the procurement of additional long lead time material (LLTM) for the Ship to Shore Connector program, Landing Craft, Air Cushion (LCAC) 100 Class Craft 109 through 118, for the continuation of pre-fabrication activities for LCAC 109 through 112, and for the initial procurement of LLTM for LCAC 119 through 123. The SSC Program is the functional replacement for the existing fleet of vehicles, which are nearing the end of their service life. It is an Air Cushion Vehicle designed for a 30-year service life. The SSC mission is to land surface assault elements in support of Operational Maneuver from the Sea, at over-the-horizon distances, while operating from amphibious ships and mobile landing platforms. SSC provides increased performance to handle current and future missions, as well as improvements which will increase craft availability and reduce total ownership cost. Work will be performed in New Orleans, Louisiana (46 percent); Leesburg, Virginia (18 percent); Mandal, Norway (8 percent); Gloucester, United Kingdom (7 percent); Livonia, Michigan (7 percent); Cincinnati, Ohio (4 percent); Eatontown, New Jersey (2 percent); Gold Beach, Oregon (2 percent); Riverdale, Iowa (2 percent); Huntington Beach, California (2 percent); Metairie, Louisiana (2 percent), and is expected to be complete by July 2023. Fiscal 2017, 2018 and 2019 shipbuilding and conversion (Navy) funding in the combined amount of $235,716,277 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. Raytheon Missile Systems, Tucson, Arizona, is awarded a $149,435,507 cost-plus-incentive contract for the engineering, manufacturing, and development of Standard Missile-2 Block IIIC. Work will be performed in Tucson, Arizona (85 percent); Wolverhampton, England (6 percent); East Aurora, New York (6 percent); Middletown, Ohio (2 percent); and Englewood, Colorado (1 percent), and is expected to be completed by October 2022. Fiscal 2019 and 2018 research, development, testing and evaluation (Navy) funding in the amounts of $50,090,148 and $234,663 respectively will be obligated at time of award. Funding in the amount of $234,663 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) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5412). Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $32,636,301 firm-fixed-price modification to previously awarded contract N00024-18-C-5432 for over-the-horizon weapon systems. Work will be performed in Kongsberg, Norway (75 percent); Tucson, Arizona (15 percent); Schrobenhausen, Germany (4 percent); Raufoss, Norway (3 percent); McKinney, Texas (2 percent); and Louisville, Kentucky (1 percent), and is expected to be complete by December 2020. Fiscal 2019 weapon procurement (Navy); fiscal 2019 research, development, testing, and evaluation (Navy); and fiscal 2019 other procurement (Navy) in the amount of $32,636,301 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 Navy Yard, District of Columbia, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded a $32,162,533 cost-only contract for long lead material in support of fiscal 2019 Evolved Sea Sparrow Missile (ESSM) Block 2 low-rate initial production requirements. The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles. The ESSM provides enhanced ship defense. This contract combines purchases for the Navy (43 percent); and the governments of Canada, Australia, Germany, Norway, Turkey, the Netherlands, and Denmark under the NATO Sea Sparrow Consortium. Work will be performed in Raufoss, Norway (47 percent); Mississauga, Canada (32 percent); and Richmond, Australia (21 percent), and is expected to be complete by December 2022. Fiscal 2017 and 2018 other procurement (Navy); fiscal 2018 and 2019 weapons procurement (Navy); and non-expiring Other Funds funding in the amount of $21,991,327 will be obligated at time of award and funds in the amount of $216,649 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the authority 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5418). Raytheon Missile Systems, Tucson, Arizona, is awarded a $24,717,120 cost-only contract for long lead material in support of fiscal 2019 Evolved Sea Sparrow Missile (ESSM) Block 1 production and spares requirements. The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles. The ESSM provides enhanced ship defense. This contract includes foreign military sales to the kingdom of Saudi Arabia. Work will be performed in Raufoss, Norway (44 percent); Mississauga, Canada (34 percent); and Richmond, Australia (22 percent), and is expected to be complete by December 2021. Foreign military sales funding in the amount of $23,846,439 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the authority 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5410). Austal USA, Mobile, Alabama, has been issued a fixed-price-incentive firm target modification to a previously awarded contract (N00024-17-C-2301) to exercise options for the construction of two fiscal 2019 littoral combat ships (LCS). The Navy has not completed the competition for fiscal 2019 LCS class ships, therefore, the specific contract award amount for these ships is considered source selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Austal USA will perform and oversee all necessary design, planning, construction, and test and trials activities in support of delivery of these ships to the Navy. Work will be performed in Mobile, Alabama (50 percent); Pittsfield, Massachusetts (24 percent); Cincinnati, Ohio (5 percent); Henderson, Washington (2 percent), Kingsford, Michigan (1 percent); Bristol, Connecticut (1 percent), Slidell, Louisiana (1 percent); and various other locations of less than 1 percent each (totaling 16 percent), and is expected to be complete by September 2025. Fiscal 2019 shipbuilding and conversion (Navy) funding 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. ARMY AC FIRST LLC., Germantown, Maryland, was awarded a $129,918,292 modification (0002 37) to contract W52P1J-12-G-0048 for logistics support services, maintenance, supply, and transportation services. Work will be performed in Bagram, Afghanistan, with an estimated completion date of Dec. 21, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $12,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Harper Construction Co. Inc., San Diego, California, was awarded a $59,467,470 firm-fixed-price contract for construction of a reception barracks complex. Bids were solicited via the internet with two received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Dec. 14, 2020. Fiscal 2015 and 2016 military construction funds in the amount of $59,467,470 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0003). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $30,358,753 modification (P00001) to contract W56HZV-18-F-0153 for procurement of Family of Medium Tactical Vehicles. Work will be performed in Oshkosh, Wisconsin; and Liverpool, New York, with an estimated completion date of Dec. 31, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $30,358,753 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Gary Kubiak & Son Electric Inc.,* Robbinsville, New Jersey, was awarded a $12,898,760 firm-fixed-price contract for repair of the electrical distribution system (Buildings 194-194 and main base area) for Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with five received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Dec. 13, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $12,898,760 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0004). Lockheed Martin Corp., Orlando, Florida, was awarded a $10,219,884 hybrid (cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Qatar) contract for support services for the Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor for the Apache Attack helicopter. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of March 31, 2024. Fiscal 2019 foreign military sales funds in the amount of $10,219,884 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0006). CORRECTION: The Nov. 8 announcement that Deloitte & Touche LLP, Arlington, Virginia, was awarded an $18,056,941 firm-fixed-price contract to provide a cyberspace analytics capability was announced early, and incorrectly stated the estimated date of completion and amount of obligated funds. The contract was actually awarded Dec. 12, 2018; the estimated date of completion is Nov. 11, 2023; and fiscal 2019 research, development, test and evaluation funds in the amount of $8,736,000 were obligated at the time of the award. All other information in the announcement was correct. AIR FORCE Peraton Inc., Herndon, Virginia, has been awarded a $65,615,581 cost-type term order for Xdomain technology through research, evolution, enhancement, maintenance, and support software and report. The scope of this effort is to provide engineering, programmatic and technical expertise, to include: requirements definition/analysis, research, systems engineering, software engineering, development testing, software integration, quality control, configuration management, system integration, interoperability testing, security analysis/implementation, lab-based security assessment testing support, system installation planning, system component procurement, on-site installation/configuration, site security assessment testing support, system familiarization, and system operational support. Work will be performed in Herndon, Virginia; and Rome, New York, and is expected to be completed by Dec. 15, 2023. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $250,000; and fiscal 2019 operations and maintenance funds in the amount of $72,615 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-F-0003). Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $10,302,132 modification (P00001) to contract FA8682-19-C-0010 for Lot Two production of three Long Range Anti-Ship Missiles. Work will be performed in Orlando, Florida, and is expected to be completed by Feb. 28, 2020. The award is the result of sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds will fund the contract. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1714535/source/GovDelivery/

Toutes les nouvelles