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

Contract Awards by US Department of Defense - August 9, 2019

NAVY

Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VM01).

Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity.

MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

ARMY

Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029).

TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. 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 Aug. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015).

Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008).

Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008).

RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011).

Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019).

Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. 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 Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011).

Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019).

AIR FORCE

Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502).

Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162).

Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

*Small Business

Sur le même sujet

  • Marines overhaul approach to smart robots, eye new military job

    31 août 2023 | International, C4ISR

    Marines overhaul approach to smart robots, eye new military job

    Now, Marine leaders want to bring all of the service’s unmanned systems efforts under one roof.

  • Contract Awards by US Department of Defense - January 23, 2019

    24 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 23, 2019

    ARMY Donley Construction,* Aberdeen, Maryland (W912DQ-19-D-4000); LGC Global Inc.,* Detroit, Michigan (W912DQ-19-D-4001); Southwind Construction,* Edmond, Oklahoma (W912DQ-19-D-4002); Walga Ross Group JV,* Topeka, Kansas (W912DQ-19-D-4003); RM Builders,* Alamogordo, New Mexico (W912DQ-19-D-4004); and SES Construction and Fuel Services,* Oak Ridge, Tennessee (W912DQ-19-D-4006), will share in a $95,000,000 firm-fixed-price contract for design-build and design-bid-build construction work. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 16, 2022. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity. Inquip Associates Inc.,* McLean, Virginia, was awarded a $41,169,021 firm-fixed-price contract for levee improvement construction. Bids were solicited via the internet with one received. Work will be performed in Sacramento, California, with an estimated completion date of April 13, 2021. Fiscal 2017 and 2019 general construction and non-federal sponsor funds in the amount of $41,169,021 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0006). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $21,039,018 firm-fixed-price contract for a special operations forces tactical-equipment maintenance facility. Bids were solicited via the internet with six received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of Sept. 9, 2020. Fiscal 2018 military construction funds in the amount of $21,039,018 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $12,740,080 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Jekyll Island, Georgia; and Daufuskie Island, South Carolina, with an estimated completion date of Aug. 2, 2019. Fiscal 2017, 2018 and 2019 civil work Irma supplemental; civil work Matthew supplemental; and civil work operations and maintenance funds in the amount of $12,740,080 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5001). Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $7,814,143 modification (P00004) to contract W912HP-18-C-0006 to increase cubic yards of beach fill. Work will be performed in Myrtle Beach, South Carolina, with an estimated completion date of June 17, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,814,143 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity. Northrop Grumman Systems Corp., Linthicum, Maryland, was awarded a $7,666,503 firm-fixed-price foreign military sales (Kuwait) contract for procurement of Army, Navy vehicle intercommunication systems. One bid was solicited via the internet with one bid received. Work will be performed in Elkridge, Maryland, with an estimated completion date of Nov. 23, 2020. Fiscal 2019 foreign military sales funds in the amount of $7,666,503 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-C-5007). AIR FORCE Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded an $80,607,877 firm-fixed-price modification (P00004) to contract FA8106-18-D-0002 for C-20/C-37 fleet sustainment. The contract modification is for exercise of Option Year II, to include issuance of task orders for one-year extension of contract term to support the C-20 and C-37 fleet for the Air Force, Army, Navy, Marines, and Coast Guard; and funding uninterrupted continuation of contractor logistics. Work will be performed at Savannah, Georgia; Naval Air Station Sigonella, Italy; Ramstein Air Base, Germany; Andrews Air Force Base, Maryland; Hickam AFB, Hawaii; Marine Corps Base Hawaii; MacDill AFB, Florida; and Ronald Reagan Washington National Airport, Washington, District of Columbia. The work is expected to be completed by Jan. 31, 2020. Fiscal 2019 operations and maintenances funds in the amount of $62,162,710 are being obligated at the time of award. Total cumulative face value of the contract is $594,429,554. Air Force Lifecycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Planmeca U.S.A. Inc., Roselle, Illinois, has been awarded a maximum $29,850,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 70 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a Jan. 22, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and other federal civilian agencies. Type of appropriation is fiscal 2019 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0009). NAVY General Atomics, Electromagnetics Systems Group, San Diego, California, is awarded $19,682,252 for firm-fixed-price delivery order N0001919F2406 against a previously issued basic ordering agreement (N00019-16-G-0006). This order provides for the manufacture, assembly, inspection, integration, test and delivery of Electromagnetic Aircraft Launch System (EMALS) spare parts in support of the CVN-78 prior to the Advanced Arresting Gear and EMALS material support dates. Work will be performed in San Diego, California (37 percent); Boston, Massachusetts (18 percent); Tupelo, Mississippi (10.7 percent); Aston, Pennsylvania (5.8 percent); Guilford, Connecticut (4.4 percent); San Leandro, California (3.5 percent); Cincinnati, Ohio (2.6 percent); Randolph, New Jersey (2.4 percent); Mankato, Minnesota (1.4 percent); Middletown, Ohio (1.2 percent); Bindlach, Bavaria, Germany (.53 percent); and various locations within the continental U.S. (12.47 percent), and is expected to be completed in January 2023. Fiscal 2018 and 2019 shipbuilding and conversion (Navy) funds in the amount of $19,682,252 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1738850/source/GovDelivery/

  • Boeing delivers first F/A-18 service life modification jet to U.S. Navy

    7 février 2020 | International, Aérospatial, Naval

    Boeing delivers first F/A-18 service life modification jet to U.S. Navy

    Boeing has given an F/A-18 a new lease on life after delivering the first Super Hornet under the service life modification program to the U.S. Navy. The second SLM jet will be delivered by the end of the month, and Boeing will deliver the third F/A-18 in April. The initial Super Hornets delivered from the program will extend the service life from 6,000 to 7,500 flight hours. Future modification plans in the early 2020s will enable the jets to fly 10,000 hours and incorporate the new Block III capabilities. “SLM is going to provide a critical resource for the Navy to re-capitalize on long-serving aircraft to return them to the fleet in a near new condition,” said Capt Stephen May, PMA-265 co-lead for E/F/G Air Vehicles. “It will reduce burden on our maintainers, our supply system and our depot level assets within the enterprise.” There are now 15 Super Hornets in the SLM program on production lines in St. Louis and San Antonio. It takes 18 months to complete modifications on an F/A-18, although that time will be driven down to one year as the program progresses. Boeing will deliver five more Super Hornets this year. The Block III conversion will include enhanced network capability, conformal fuel tanks, an advanced cockpit system, signature improvements and an enhanced communication system. The updates are expected to keep the F/A-18 in active service for decades to come. https://www.skiesmag.com/press-releases/boeing-delivers-first-fa-18-service-life-modification-jet-to-u-s-navy

Toutes les nouvelles