4 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - December 03, 2019

ARMY

Oakland Consulting Group Inc., Lanham, Maryland, was awarded a $16,617,465 modification (BA02 31) to contract W91QUZ-11-D-0018 to develop and deliver critical auditability and compliance requirements for the Logistics Modernization Program. Work will be performed at Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 other procurement, Army funds in the amount of $7,898,333 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

The Dutra Group, San Rafael, California, was awarded a $10,000,000 firm-fixed-price contract for maintenance dredging in Alabama, Mississippi and Florida. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2021. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0001).

NAVY

Huntington Ingalls Inc., Newport News, Virginia, is awarded an $11,544,415 cost-plus-fixed-fee level of effort delivery order to previously awarded contract N00024-19-D-4306 to accomplish 12 months of execution planning for the repair and alteration requirements for USS Gerald R. Ford (CVN 78 – aircraft carrier/nuclear propulsion) planned incremental availability. The contracted requirements include the advance planning, design, documentation, engineering, procurement, ship checks, fabrication and preliminary shipyard or support facility work. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2020. Fiscal 2020 operation and maintenance (Navy) funding for $1,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, U.S. Navy, Newport News, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Kampi Components, Fairless Hills, Pennsylvania (SPE7MX-20-D-0011, $10,911,917); and Optex Systems, Richardson, Texas (SPE7MX-20-D-0012, $11,024,488), have each been awarded a firm-fixed-price, indefinite-quantity contract under solicitation SPE7MX-19-R-0102 for armored V periscopes. This was a competitive acquisition with two responses received. They are three-year base contracts with two one-year option periods. Locations of performance are Pennsylvania and Texas, with a Dec. 3, 2022, performance completion date. Using military services are Army and Marine Corps. 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.
Labatt Food Service, San Antonio, Texas, has been awarded a maximum $9,028,137 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line, food distribution for customers in Texas and New Mexico. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 172-day contract with no option periods. Locations of performance are Texas and New Mexico, with a May 16, 2020, performance completion date. Using customers are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3253). (Awarded Nov. 27, 2019)

Heart and Core LLC, Minnetonka, Minnesota, has been awarded a maximum $7,920,000 modification (P00014) exercising the third one-year option period of a one-year base contract (SPE1C1-17-D-1018) with four one-year option periods for moisture wicking t-shirts. This is an indefinite-delivery contract. Locations of performance are California and Minnesota, with a Dec. 15, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Chenega Infinity LLC,* Chantilly, Virginia, has been awarded an $8,620,544 modification (P00005) to previously awarded contract HR0011-18-C-0151 for physical security support services. The modification brings the total cumulative face value of the contract to $16,869,621 from $8,249,076. Work will be performed in Arlington, Virginia, with an expected completion date of December 2020. Fiscal 2019 research and development funds in the amount of $6,735,856 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2030883/source/GovDelivery/

Sur le même sujet

  • BAE Systems Signs agreement with Emirati repair and overhaul center for F-16 tech transfer

    19 février 2019 | International, Aérospatial

    BAE Systems Signs agreement with Emirati repair and overhaul center for F-16 tech transfer

    By: Agnes Helou ABU DHABI — BAE Systems signed a memorandum of agreement with the United Arab Emirates repair and overhaul center to transfer technology of some F-16 initiatives to the UAE. The memorandum between BAE and the Advanced Military Maintenance Repair and Overhaul Center, or AMMROC, was signed on the second day of IDEX 2019. BAE Systems will open a facility at Al Ain, along the eastern border, “formalizing the relationship” with AMMROC, which also supports Lockheed Martin and Sikorsky with Black Hawk and C-130 maintenance, and repair and overhaul of ever fixed wing aircraft that the UAE Air Force counts among its fleet. “Our agreement with AMMROC allows us to work with an established leader in MRO and benefit from the skill and experience of their local workforce in the UAE,” said Paul Markwardt, vice president of survivability, targeting and sensing solutions at BAE Systems' Electronic Systems business. Under the MOU, the two organizations will work closely together on multiple projects, ranging from testing and repair services to manufacturing, support, and product installation. Potential projects include BAE Systems' avionics, communication, display, sensor, and survivability products. Among other things, “the MOU provides the testing of the equipment BAE Systems has on the F-16 platform," with BAE transfering technology for the testing of some products and building of some others, another BAE Systems official added. Other potential products BAE Systems could bring to the UAE, are the eye goggle tester, EMI/EMC lightening test equipment, F-16 ground support equipment, and IFF (identification friend or foe) license production. AMMROC CEO Abdul Hakeem Ahmed Saif Al Muflahi noted that the MOU doesn't include buying systems but transferring technology. “This MOU enhances AMMROC's position in delivering a fully integrated, world class MRO solution in accordance with industry best practices," he said. "The potential projects represent an exciting opportunity for both companies to work together in the field of MRO. AMMROC is proud to partner with BAE Systems, one of the world's leading defense companies, and we look forward to working with their team to develop and execute on the MOU.” https://www.defensenews.com/digital-show-dailies/idex/2019/02/18/bae-systems-signs-agreement-with-emirati-repair-and-overhaul-center-for-f-16-tech-transfer/

  • Lockheed Martin To Produce 12 More MH-60R SEAHAWK Helicopters For The Royal Australian Navy

    20 septembre 2022 | International, Aérospatial

    Lockheed Martin To Produce 12 More MH-60R SEAHAWK Helicopters For The Royal Australian Navy

    The Royal Australian Navy has placed a second order for U.S. Navy MH-60R helicopters.

  • Contract Awards by US Department of Defense - November 9, 2020

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

    Contract Awards by US Department of Defense - November 9, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $657,200,000 undefinitized contract action modification (P00025) to contract FA8634-18-C-2701 for the F-15Q Qatar program. The contract modification provides a comprehensive sparing program and contractor logistics support for the sustainment of the F-15QA aircraft. Logistical support for training devices and administrative costs are also included in this modification. Work will be performed in Al-Udeid Air Base, Qatar. Foreign Military Sales funds in the amount of $55,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $8,040,659,061. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, has been awarded a $258,311,000 firm-fixed-price contract for Evolved Strategic Satellite Communication (ESS) contract. This contract will develop a prototype payload and conclude in a hardware and software in-the-loop, end-to-end demonstration. Work will be performed in Denver, Colorado, and is expected to be completed June 2025. This contract is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $29,447,172 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-21-C-0015). Raytheon Integrated Defense Solutions, Tewksbury, Massachusetts, has been awarded a $77,639,897 fixed-price, incentive-firm contract with firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable and time and material contract line item numbers for the Qatar Air Operations Center (AOC) upgrade. The contract is to upgrade the AOC and alternate AOC (AAOC), which includes the procurement of hardware and software, engineering services, installation, integration, and testing of AOC and AAOC components, end-user training, spares and help desk support outside the continental U.S. Work will be performed in Tewksbury, Massachusetts; and Al Udeid Air Base, Qatar, and is expected to be completed March 31, 2025. This award is the result of a directed sole-source acquisition. Foreign Military Sales funds in the amount of $77,639,897 are obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0005). Raytheon Co., Fort Wayne, Indiana, has been awarded a $33,899,323 cost-plus-fixed-fee contract to the Airborne Warning and Control System (AWACS) Combat Identification (CID) Alpha Phase One effort. This contract upgrades the current AWACS System to meet evolving threat capabilities and to address diminishing manufacturing sources material shortages issues with the currently fielded AWACS System. Work will be performed at Raytheon in Fort Wayne, Indiana, and is expected to be completed May 2022. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds have been obligated in the amount of $4,864,480 prior to definitization. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0016). Space Exploration Technologies Corp., Hawthorne, California, has been awarded $29,643,567 in firm-fixed-price task orders under the National Security Space Launch Phase 2 contract. These task orders provide early integration studies and fleet surveillance for non-national security space missions. Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 19, 2021. Fiscal 2020 missile procurement funds in the amount of $7,307,274; and fiscal 2020 space procurement funds in the amount of $22,336,293 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0002). NAVY General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $138,545,759, firm-fixed-price contract for the execution of the USS New York (LPD 21) fiscal 2021 docking selected restricted availability (DSRA). This availability will include a combination of maintenance, modernization and repair of the USS New York (LPD 21). This is a Chief of Naval Operations scheduled DSRA. The purpose is to maintain, modernize, and repair the USS New York (LPD 21). This is a “long-term” docking availability and was solicited on a coast-wide (East and Gulf coasts) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS New York (LPD 21). This contract includes options which, if exercised, would bring the cumulative value of this contract to $161,341,858. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $138,545,759 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website; two competitive proposals were received in response to Solicitation No. N00024-20-R-4417. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4417). Three Wire Systems LLC, Falls Church, Virginia, is awarded a multiple-award, firm-fixed-price Department of Defense Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contract GS-35F-0300T. The estimated overall value of this BPA is $74,500,000. DOD ESI is a joint DOD project to streamline the acquisition process and provide information technology (IT) products and selected services that are compliant with applicable standards and represent the best value for DOD. Under ESI, the DOD leverages aggregate buying power to establish enterprise agreements with IT manufacturers and resellers for high demand, commercial off-the-shelf IT products and services. This awardee will join the rest of the fiscal 2018 multiple awardees Carahsoft (Reston, Virginia); Immix (McLean, Virginia); and Alamo City Engineering Services (San Antonio, Texas), to provide commercially available Forescout brand-name software licenses, proprietary appliances, and maintenance support to the DOD, intelligence community, and Coast Guard. The products offered through this BPA will meet functional requirements and capabilities in the following categories: Forescout Integration Modules, CounterAct, Forescout Training and Solution Support, and ActiveCare Support Services. The ordering period will be from Nov. 9, 2020, to Dec. 20, 2022. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated via delivery orders using operation and maintenance (DOD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. One offer was received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-A-0030). ESG Aerosystems Inc., Starke, Florida, is awarded a $64,773,941 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to develop a curriculum and facilitate training for P-3 aircrew positions including copilots, patrol plane commander, instructor pilot, flight engineer, instructor flight engineer, and flight currency training in support of Naval Education and Training Security Assistance Field Activity's applicable field units and other program offices and stakeholders. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed in Starke, Florida (80%); and Jacksonville, Florida (20%). This effort is 100% funded by Federal Republic of Germany funds under the Foreign Military Sales program. Funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation (FAR) 5.202(a)(3) with one offer received under authority of FAR 6.302-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z007). AERMOR LLC,* Virginia Beach, Virginia, is awarded $44,913,739 for a firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test & Evaluation Force Surface Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $49,901,968. The base ordering period is expected to be completed by November 2025. If the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity (N00189-21-D-G001). L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $10,364,080 modification (P00024) to a previously awarded firm-fixed-price contract (N00019-18-C-1030). This modification exercises options to procure six AN/SRQ-4 kits and associated components for the MH-60 Common Data Link system for Foreign Military Sales (FMS) customers. Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022. FMS funds in the amount of $9,560,101 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. William Marsh Rice University, Houston, Texas, is awarded an 18-month contract option valued at $9,776,246 under an existing cost-reimbursement contract (N66001-19-C-4020) for development of a high resolution neural interface that does not require surgery. The Next-Generation Non-Surgical Neurotechnology program seeks to broaden applicability of neural interfaces to facilitate multi-tasking at the speed of thought and interface with smart decision aids to achieve a neural link capable of high spatial and temporal resolution currently only possible using surgically implanted devices. Exercise of this option increases the overall value of this contract to $13,805,336. Work will be performed at the contractor's facilities in Houston, Texas (29%); Waco, Texas (33%); New York, New York (20%); New Haven, Connecticut (15%); and Durham, North Carolina (3%). The period of performance is from Nov. 9, 2020, through May 31, 2022. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of $2,888,123 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Nineteen proposals were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-C-4020). Barnhart-Reese Construction Inc.,* San Diego, California, is awarded a firm-fixed-price task order (N6247321F4085) at $8,061,699 under a multiple award construction contract for design-build repair/renovation of Mess Hall Building 2403 at Marine Corps Base Camp Pendleton. The task order also contains two planned modifications which, if exercised, would increase the cumulative task order value to $8,120,128. The scope of work includes replacement of plumbing systems and floor finishes, reconfiguring kitchen and serving spaces to align with current serving methodologies, removing wasted storage and office areas, relocating portable refrigerated reefers to the interior of the existing facility, replacing broken heating, ventilation and air conditioning, and cooling condensers in the food preparation areas, and removing disused built-ins. The planned modifications, if issued, provide for furniture, fixtures, and equipment and audio/visual. Work will be performed in Oceanside, California, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,061,699 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). L-3 Electron Devices Inc., Torrance, California, is awarded a $7,860,000 for a firm-fixed-price delivery order (N00383-21-F-NR00) under a previously awarded basic ordering agreement (N00383-18-G-NR01) for the repair of the guided traveling wave tube in support of the F/A-18 aircraft. All work will be performed in Torrance, California and is expected to be completed by February 2021. Fiscal 2021 working capital (Navy) funds in the full amount of $7,860,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2410227/source/GovDelivery/

Toutes les nouvelles