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

  • The Pilot Project Podcast: Featuring 3 air traffic controllers who were on duty around 9/11 - Skies Mag

    12 septembre 2023 | International, Aérospatial

    The Pilot Project Podcast: Featuring 3 air traffic controllers who were on duty around 9/11 - Skies Mag

    Episode 22 of the Pilot Project Podcast explores the events surrounding September 11 through the eyes of three air traffic controllers.

  • Contract Awards by US Department of Defense - June 20, 2019

    21 juin 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - June 20, 2019

    MISSILE DEFENSE AGENCY Coleman Aerospace, a wholly owned subsidiary of Aerojet Rocketdyne, Orlando, Florida, is being awarded a $140,184,433 firm-fixed-price modification (P00114) to a previously awarded contract (HQ0147-14-C-0001). The value of this contract is being increased from $366,376,257 by $140,184,433 to $506,560,690 by exercising this option. Under this modification, the contractor will provide six additional Medium Range Ballistic Missile targets and associated nonrecurring engineering. The work will be performed in Orlando, Florida. The performance period is from June 2019 through December 2027. Fiscal 2019 research, development, test and evaluation funds in the amount of $22,469,742 are being obligated on this award. One offeror was solicited and one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. NAVY BAE Systems Land and Armaments L.P., Sterling Heights, Michigan, is awarded a not-to-exceed $67,000,000 modification for firm-fixed-price, cost-plus-fixed-fee contract line item numbers 8000, 8001, 8002, and 8100 to a previously awarded contract (M67854-16-C-0006), for the development of engineering drawings, manufacture, and test support for three Amphibious Combat Vehicle (ACV) command and control Mission Role Variants (MRVs), and the development of engineering drawings for the ACV medium caliber cannon MRV. The ACV program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in York, Pennsylvania (85 %); and Aiken, South Carolina (15 %), and is expected to be completed by Sept. 30, 2022. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,500,000; and fiscal 2019 RDT&E funds in the amount of $20,075,743 will be obligated at the time of award, and funding in the amount of $2,500,000 will expire at the end of the current fiscal year. This contract modification was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Leidos Innovations Corp., Gaithersburg, Maryland, is awarded a $29,962,608 cost-plus-incentive-fee, cost-plus-fixed-fee, cost-only modification to previously-awarded contract N00024-16-C-5202 to exercise the options for integrated logistic support, fleet support and life cycle sustainment of the Navy's AN/SQQ-89A(V)15 surface ship Undersea Warfare (USW) Systems. The AN/SQQ-89A(V)15 is the USW combat system, with the capabilities to search, detect, classify, localize and track undersea contacts and to engage and evade submarines, mine-like small objects and torpedo threats. Work will be performed in Norfolk, Virginia (61 %); San Diego, California (18 %); Pascagoula, Mississippi (6 %); Bath, Maine (4 %); Manassas, Virginia (4 %); Yososuka, Japan (2 %); Pearl Harbor, Hawaii (2 %); Everett, Washington (1 %); Mayport, Florida (1 %); and Rota, Spain (1 %), and is expected to be completed by June 2020. Foreign Military Sales; fiscal 2016, 2017, 2018 and 2019 shipbuilding and conversion (Navy); fiscal 2017, 2018 and 2019 other procurement (Navy); and fiscal 2019 operation and maintenance (Navy) funding in the amount of $15,418,688 will be obligated at time of award, and $2,846,455 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Electric Co., Lynn, Massachusetts, is awarded $24,891,442 for modification P00020 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) to procure 72 F/A-18 F-414-GE-400 install engines devices for the Navy (24); and the government of Kuwait (48). In addition, this modification provides for two spare and six test F414-GE-400 install engines devices for the government of Kuwait. Work will be performed in Evandale, Ohio, and is expected to be completed in December 2020. Fiscal 2018 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $24,891,442 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Navy ($7,316,280; 31 %); and the government of Kuwait ($17,575,162; 69 %) under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Austal USA, Mobile, Alabama, is awarded a $13,197,241 cost-plus-fixed-fee, firm-fixed-price, and cost-only modification to previously awarded contract N00024-17-C-2301 for littoral combat ship class design services and integrated data and product model environment (IDPME) support. Austal USA will provide efforts to support littoral combat ship class ships, including but not limited to technical analyses, non-recurring engineering, configuration management, software maintenance and development, production assessments, and diminishing manufacturing sources and seaframe reliability analysis. Austal USA will also maintain an IDPME that will enable the Navy to access enterprise data management, visualization, program management applications, and network management and control. Work will be performed in Mobile, Alabama (60 %); and Pittsfield, Massachusetts (40 %), and is expected to be complete by June 2025. Fiscal 2016 shipbuilding and conversion (Navy); 2018 other procurement (Navy); and 2019 research, development, test, and evaluation (Navy) funding in the amount of $13,197,241 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. Gravois Aluminum Boats LLC, doing business as Metal Shark Boats,* Jeanerette, Louisiana, is awarded a $12,818,790 firm-fixed-price modification to previously awarded indefinite-delivery/indefinite-quantity contract N00024-17-D-2201 to exercise options for the construction of Near Coastal Patrol Vessels in support of U.S. Southern Command partner nations and Foreign Military Sales program. Work will be performed in Jeanerette, Louisiana, and is expected to be complete by August 2021. No funding will be obligated at this time. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Fairmount Automation Inc.,* West Conshohocken, Pennsylvania, is awarded a maximum value $12,439,633 firm-fixed-price, indefinite-delivery/indefinite-quantity, supplies/services contract for the commercial procurement of Fairmount Automation's G4 Design Pad family of controller models and accessories, Windows based configuration software package licenses and engineering services to work with the government design teams to assist in programming and troubleshooting network interfaces. The services under this contract cover system design, software programming, program logistic support, and equipment analysis and repair. Work will be performed in West Conshohocken, Pennsylvania (90 %); and Philadelphia, Pennsylvania (10 %), and is expected to be complete by June 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $261,175 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)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4023). SR Technologies Inc., Sunrise, Florida, is awarded a $12,360,400 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for engineering services, materials, and support for integration and operation of information operations payloads into multiple unmanned aerial vehicles used by the U.S. Special Operations Command and Navy. This two-year contract includes one three-year option which, if exercised, would bring the potential value of this contract to an estimated $23,433,021. All work will be performed in Sunrise, Florida. The period of performance of the base period is from June 20, 2019, through June 19, 2021. If the option is exercised, the period of performance would extend through June 19, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This sole-source procurement is issued using other than full and open competition in accordance with 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3404). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded not-to-exceed $7,458,000 for modification P00005 to a delivery order N0001918F0016 previously issued against basic ordering agreement N00019-17-G-0002. This modification provides for non-recurring engineering to facilitate additional structural improvements, tooling assessment, and test aircraft retrofit tooling in support of theV-22 Nacelle Improvement effort. Work will be performed in Fort Worth, Texas (84 %); Ridley Park, Pennsylvania (5 %); Patuxent River, Maryland (4 %); Fort Walton Beach, Florida (4 %); and Amarillo, Texas (3 %), and is expected to be completed in August 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $1,923,688 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. DEFENSE INFORMATION SYSTEMS AGENCY DRS Global Enterprise Solutions Inc., Dulles, Virginia, was awarded a firm-fixed-price task order to support the Army's Wideband Enterprise Satellite Systems Commercial Satellite Communications (COMSATCOM) Network. The face value of this action is $23,756,299 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $127,496,857. Proposals were solicited via the General Services Administration's Complex Commercial SATCOM Solutions (CS3) multiple award, indefinite-delivery/indefinite-quantity contracts, and two proposals were received from the 20 proposals solicited. Performance will be at the contractor's facility in Dulles, Virginia. The period of performance is June 24, 2019, to June 23, 2020, with four one-year options. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (GS00Q17NRD4006 / HC101319F0092). DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $10,200,705 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for vehicular axle assemblies. 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 five-year contract with no option periods. Location of performance is Wisconsin, with a June 20, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0129). ARMY Longbow LLC, Orlando, Florida, was awarded a $9,267,724 modification (P00087) to contract W31P4Q16-C-0035 for Laser and Longbow Hellfire engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of June 19, 2020. Fiscal 2017 and 2018 missile procurement, Air Force funds in the amount of $9,267,724 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business

  • CPI Aero Announces $65.7 Million Air Force Contract for T-38 Aircraft Modification Kits

    30 juillet 2019 | International, Aérospatial

    CPI Aero Announces $65.7 Million Air Force Contract for T-38 Aircraft Modification Kits

    July 29, 2019 - Edgewood, NY -- CPI Aerostructures, Inc. (“CPI Aero®”) (NYSE American: CVU) today announced that it has been awarded a $65.7 million indefinite-delivery/indefinite-quantity (IDIQ) contract from the United States Air Force to provide structural modification kits, program management, logistics, and other sustainment services in support of Phase 3 of the T-38C Pacer Classic III Fuselage Structural Modification Kit Integration program (“PC III”) and the Talon Repair Inspection and Maintenance (“TRIM”) program. The company also received its first delivery order under the contract valued at $3.4 million for which work will commence immediately. For more than 50 years, the Northrop T-38 has been the principal supersonic jet trainer used by the US Air Force. PC III and TRIM are expected to increase the structural service life of the T-38 beyond 2030. PC III is a three-phase aircraft modification program that began in 2011 to increase the structural service life of a certain number of T-38C Talon aircraft. Requirements for Phase I were fulfilled by Northrop Grumman Technical Services. In 2015, CPI Aero was awarded Phase 2 of PC III and is currently supplying kits and services to the USAF under that contract through 2021. Under the new contract announced today, CPI will support the final phase of PC III as well as TRIM. The TRIM program is a separate USAF structural modification effort that will extend the structural service life of T-38A and T-38 model types, as well as, T-38C models that were not modified during PC III. Douglas McCrosson, President and CEO of CPI Aero, stated, “We are honored to have been chosen by the U.S. Air Force to continue our work on PC III and begin work on TRIM , two programs that are essential to the critical mission of training our future military aviators. This contract recognizes our excellent past performance as a prime contractor to the USAF and our long history with the T-38 platform that dates back to 2001. It is a testament to our reputation as an exceptional supply chain partner and leverages the investments we have made in developing world class engineering, supply chain management and program management capabilities.” For the PCIII Phase III requirement, the period of performance is anticipated as a three-year ordering period, with an additional one year for delivery after an order is placed. For the TRIM requirement, the period of performance is anticipated as a 10-year ordering period, with an additional one year for delivery after an order is placed. About CPI Aero CPI Aero is a U.S. manufacturer of structural assemblies for fixed wing aircraft, helicopters and airborne Intelligence Surveillance and Reconnaissance and Electronic Warfare pod systems in both the commercial aerospace and national security markets. Within the global aerostructure supply chain, CPI Aero is either a Tier 1 supplier to aircraft OEMs or a Tier 2 subcontractor to major Tier 1 manufacturers. CPI also is a prime contractor to the U.S. Department of Defense, primarily the Air Force. In conjunction with its assembly operations, CPI Aero provides engineering, program management, supply chain management, and MRO services. CPI Aero is included in the Russell Microcap® Index. The above statements include forward looking statements that involve risks and uncertainties, which are described from time to time in CPI Aero's SEC reports, including CPI Aero's Form 10-K for the year ended December 31, 2018, and Form 10-Q for the three-month period ended March 31, 2019. CPI Aero® is a registered trademark of CPI Aerostructures, Inc. For more information, visit www.cpiaero.com, and follow us on Twitter @CPIAERO. Contact: Vincent Palazzolo Chief Financial Officer CPI Aero (631) 586-5200 www.cpiaero.com Investor Relations Counsel: LHA Investor Relations Sanjay M. Hurry/Jody Burfening (212) 838-3777 cpiaero@lhai.com www.lhai.com View source version on CPI Aero: http://www.cpiaero.com/cpi-aero-announces-%2465.7m-air-force-contract.html https://www.epicos.com/article/449408/cpi-aero-announces-657-million-air-force-contract-t-38-aircraft-modification-kits

Toutes les nouvelles