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

Contract Awards by US Department of Defense - December 12, 2018

NAVY

Clark Construction Group LLC, Bethesda, Maryland, is awarded a $298,211,055 firm-fixed-price construction contract to construct a VC-25B hangar complex. The contract provides for the construction of a hangar complex, an aircraft access taxiway/parking apron, associated lighting, engine run-up pads, and a hydrant refueling system with storage tanks. Additional requirements include, but are not limited to, site preparation, wetland/stream mitigation, storm water management, a parking lot, and a fire detection, and suppression system. This contract contains options, which if exercised, will bring the contract value to a ceiling of $315,481,000. Work will be performed at Joint Base Andrews, Camp Springs, Maryland, and is expected to be completed April 2022. Fiscal 2018 and 2019 military construction (Air Force) contract funds in the amount of $220,000,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was the result of a competitive acquisition via the Navy Electronic Commerce Online website, with 10 proposals received. The Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-0008).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $18,000,000 for modification P00004 to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00019-18-D-0103) to exercise an option for technical analysis, engineering and integration on V-22 aircraft platform for the Navy, Marine Corps,. Air Force, and the government of Japan under the Foreign Military Sales program. Work will be performed in Fort Worth, Texas (50 percent); and Philadelphia, Pennsylvania (50 percent), and is expected to be completed in December 2022. No funds are being obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Edison Chouest Offshore, Cut Off, Louisiana, is awarded $7,374,825 to exercise an option under previously awarded firm-fixed-price contract (N3220517C3513) with reimbursable elements for one maritime support vessel. This vessel will be utilized to launch, recover, refuel, and resupply of small crafts in the U.S. Pacific Command's (USPACOM) area of responsibility. This contract includes a 12-month base period, three 12-month option periods, and one 11-month option period. This is option one of the current contract. If all options are exercised this would bring the cumulative value of the contract to $41,079,507. Work will be performed in the USPACOM's area of responsibility, and is expected to be completed Dec. 22, 2019. If all options are exercised, work will continue through Nov. 22, 2022. Navy working capital funds in the amount of $6,018,015 are obligated for fiscal 2019 and will expire at the end of current fiscal year. This contract was competitively procured with 50-plus proposals solicited via the Federal Business Opportunities website, with five offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

General Electric – Aviation, Lynn, Massachusetts, has been awarded a maximum $157,731,567 fixed-price prospective redetermination, requirements contract for holistic engine support of the T64 aircraft engine. 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 and a half year base contract with one five-year option period. Location of performance is Massachusetts, with a June 6, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-19-D-9400).

Michelin North America Inc., Greenville, South Carolina, has been awarded an estimated $42,246,789 fixed-price, indefinite-delivery, requirements contract for aircraft tires supporting the Global Tire Program. This is a three-year contract with no option periods. Location of performance is South Carolina, with a Dec. 11, 2021, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0043).

Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded an estimated $35,168,525 fixed-price, indefinite-delivery, requirements contract for aircraft tires supporting the Global Tire Program. This was a competitive acquisition with two offers received. This is a three-year contract with no option periods. Location of performance is Ohio, with a Dec. 11, 2021, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0051).

Michelin North America Inc., Greenville, South Carolina, has been awarded a maximum $19,960,116 firm-fixed-price, indefinite-quantity, requirements contract to provide tire support for the Global Tires Program. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is South Carolina, with a Dec. 11, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0054).

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $13,364,769 modification (P00002) to Foreign Military Sales (Saudi Arabia) contract W900KK-17-C-0040 for modernization of a number of live fire ranges; support of infrastructure; procurement of installation of targets for ranges; automated shoothouse; urban assault course; range control systems; spare parts, and new equipment training courses. One bid was solicited with one bid received. Work will be performed in Orlando, Florida and Swanee, Georgia, with an estimated completion date of Feb. 28, 2021. Fiscal 2019 foreign military sales funds in the amount of $13,364,769 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, was awarded a $9,742,253 modification (P00129) to contract W58RGZ-16-C-0001 for aviation maintenance. Work will be performed in Fort Campbell, Kentucky; Louisville, Tennessee; and Fort Polk, Louisiana, with an estimated completion date of June 29, 2019. Fiscal 2019 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $9,742,253 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Galois Inc., Portland Oregon, has been awarded an $8,589,384 cost-plus-fixed-fee (completion) contract for merged-analysis-to-prevent-exploits software, testing and demonstrations. This contract provides for a software system that will enable computers and humans to collaboratively reason over software artifacts with the goal of finding zero-day vulnerabilities at a scale and speed appropriate for the complex software ecosystem. Work will be performed in Portland, Oregon, and is expected to be completed by May 31, 2021. This award is the result of a competitive acquisition and 50 offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,321,974 are being obligated at the time of award. Air force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0004).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1712047/

Sur le même sujet

  • MBDA : le missile SPEAR passe en production

    15 janvier 2021 | International, Aérospatial

    MBDA : le missile SPEAR passe en production

    Le Royaume-Uni notifie le missilier MBDA d'un contrat de 550 M£ pour lancer la production du mini-missile de croisière Spear 3 qui a déjà bénéficié de 561 M£ en contrats d'évaluation et de développement. 550 M£ de plus pour MBDA Le ministère britannique de la Défense a notifié le missilier MBDA un contrat d'un montant de 550 M£ pour la mise en production du mini-missile de croisière SPEAR en développement depuis 2010. Destiné à équiper les Airbus Typhoon et les Lockheed Martin F-35B de la Royal Air Force et de la Fleet Air Arm, ce missile, qui est désigné "SPEAR 3", est le premier de sa catégorie à être équipé de moyens de connectivité pour une utilisation en réseau, préfigurant les effecteurs déportés et utilisables en essaims. MBDA ne précise pas si les missiles SPEAR 3 destinés à la Royal Air Force comprendront une version dotée d'une charge de guerre électronique pour brouiller les moyens de détection ennemis. On peut supposer que "oui" puisque cela était une demande de la Royal Air Force. Déjà 561 M£ versés pour le missile SPEAR 3 Ce nouveau contrat d'un montant de 550 M£ qui lance la production du missile MBDA Spear s'ajoute à ceux déjà passés les années 2010 et 2016. En mai 2016, le ministère de la défense britannique avait annoncé avoir accordé un contrat d'une valeur de 411M£ à MBDA pour poursuivre le développement du missile Spear 3. Ce contrat faisait suite à un premier engagement de 150M£ accordé en 2010 pour lancer la phase d'évaluation du système. Essais sur avion de combat Airbus Typhoon Les essais de tir depuis l'avion de combat Airbus Typhoon avaient commencé quelques mois plus tôt tandis que les travaux d'intégration sur l'avion de combat Lockheed Martin F-35B avaient officiellement commencé trois ans plus tard, parallèlement aux travaux d'intégration du missile Meteor de MBDA sur le même avion. https://www.air-cosmos.com/article/mbda-le-missile-spear-passe-en-production-24077

  • The 2024 Browser Security Report Uncovers How Every Web Session Could be a Security Minefield

    13 mai 2024 | International, Sécurité

    The 2024 Browser Security Report Uncovers How Every Web Session Could be a Security Minefield

    Are your browser extensions safe? 33% in most orgs aren't! Learn to protect your data with insights from the 2024 Browser Security Report.

  • Contract Awards by US Department of Defense - March 12, 2019

    15 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 12, 2019

    NAVY Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a $273,053,534 cost-plus incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment. Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), and is expected to be completed by March 31, 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,631,234 will be obligated on this award. Fiscal 2019 United Kingdom Common funding in the amount of $24,369,442 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was not competitively solicited pursuant to 10 U.S. Code. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0015). Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $84,108,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform design and development studies, technology demonstrations and engineering services for rapid technology development for the Joint Air-to-Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile and Hellfire baseline weapon systems. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,584,507 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0020). Smartronix Inc., Hollywood, Maryland, is awarded a $72,374,593 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides information management and information technology support services to sustain the analysis, design, development, integration, test, deployment and operations of information technology systems and services. This contract includes help desk, software engineering, financial and business application, server operations, application hosting, desktop, audiovisual and video teleconferencing support services. Work will be performed in China Lake, California (80 percent); and Point Mugu, California (20 percent), and is expected to be completed in March 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0027). Ch2m Hill Inc., Englewood, Colorado, is awarded a $68,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for comprehensive long-term environmental architect-engineering services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility. The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. After award of this modification, the total cumulative contract value will be $308,000,000. Work will be performed primarily in Puerto Rico (35 percent); California (18 percent); Virginia (15 percent); Washington (12 percent), North Carolina (8 percent); Maryland (7 percent); Mississippi (3 percent); and Washington, District of Columbia (2 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by environmental restoration, (Navy). The contractor was chosen using federal acquisition regulation Part 36, Architect-Engineer Services on an unrestricted basis. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (contract number N62470-16-D-9000). Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $64,993,500 firm-fixed-price contract for P-704 Sewer Lift Station and Relief Sewer Lines, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for two major components. The first component is a new wastewater pump station to replace existing pump station SY-001. The second component is a new gravity sewer main along South Avenue that replaces an existing gravity trunk sewer. A new pump station and gravity sewer line are required to accommodate the anticipated increase in wastewater flows from proposed shore activities within the existing pump station SY-001 collection area and to accommodate peak wet-weather flows with the required level of redundancy. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $64,993,500 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-19-C-1515). Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-19-D-8044); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-19-D-8045); Owens Construction Inc.,* Beaufort, North Carolina (N40085-19-D-8046); Pyramid Contracting LLC,* Irmo, South Carolina (N40085-19-D-8047); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-19-D-8048), are being awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for maintenance and repair project. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and the surrounding area. Joyce & Associates Construction Inc. is being awarded an initial task order of $498 for the head repairs at Building 1747 at Camp Lejeune, North Carolina. Work is expected to be completed by July 2019. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 operations and maintenance, (Marine Corps) (O&M,MC) contract funds in the amount of $498 are obligated on this award and will expire at the end of fiscal 2019. Future task orders will be primarily funded by O&M,MC. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer (AE) services for various fire protection projects at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC), Pacific. The work to be performed provides for architect-engineer fire protection services with associated multi-discipline architect-engineer support services. AE fire protection services include, but are not limited to, design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites, etc.; design-build request for proposal documents; design-bid-build construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by architecture/engineering firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems; post construction award services; and other miscellaneous services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-0006). NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,981,174 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Whiting Field and outlying areas. The work to be performed to include facility investment, pest control, other (swimming pools), grounds maintenance and landscaping, pavement clearance, utilities management, electrical, wastewater, water, base support vehicles and equipment, and other related services. The maximum dollar value including the base period and seven option years is $96,721,878. Work will be performed in Milton, Florida (67 percent); and outlying areas (33 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 working capital funds (Navy); fiscal 2019 Defense Health Program; and fiscal 2019 family housing operation and maintenance (Navy) contract funds in the amount of $8,359,610 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740). DEFENSE SECURITY SERVICE iWorks Corp., Reston, Virginia, was awarded a $48,980,260.80 firm-fixed-price contract for the Defense Security Service (DSS) Vetting Risk Operations Center (VROC) and Consolidated Adjudications Facility (CAF) Personnel Security Support Services. The contract provides for the Personnel Security Support Services to assist in successfully executing the vetting mission for the Defense Vetting Directorate. Work will be performed at the DSS VROC office located in Hanover, Maryland; and the Department of Defense CAF office in Ft. Meade, Maryland, with an expected completion date of Feb. 4, 2024. Fiscal 2019 operations and maintenance funding in the amount of $7,310,770 are being obligated at time of award. This contract was a competitive acquisition and multiple proposals were solicited on government-wide point of entry (https://www.fbo.gov) and four proposals were received. The Defense Security Service Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-19-C-0001). DEFENSE LOGISTICS AGENCY Honeywell International Inc., Clearwater, Florida, has been awarded a maximum $12,788,000 firm-fixed-price contract for Inertial Navigation Systems. 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-year contract with one one-year option period. The option is being exercised at time of award. Location of performance is Florida, with a June 22, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0116). Honeywell International Inc., Clearwater, Florida, has been awarded a $7,724,728 firm-fixed-price contract for Inertial Navigation Kits. This is a 22-month base contract with one one-year option period. The option was exercised at time of award. This was a competitive acquisition with one response received. Location of performance is Florida, with a Jan. 2, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0099). (Awarded March 8, 2019) R. B. Allen Co., Inc., North Hampton, New Hampshire, has been awarded a maximum $7,531,007 requirements contract for casualty control communication systems to include technical data, training, testing, and shipping. 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-year base contract with four one-year option periods. Location of performance is New Hampshire, with a March 18, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy capital improvement program funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-D-0001). UPDATE: Globe Trailer Manufacturing Inc., Bradenton, Florida (SPE8EC-19-D-0039) has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. ARMY ExpFederal Inc., Chicago, Illinois, was awarded an $11,254,947 firm-fixed-price contract for electrical safety assessments, repairs program, materials management and control services for U.S. Forces-Afghanistan. Bids were solicited via the internet with 12 received. Work will be performed in Bagram, Afghanistan, with an estimated completion date of March 11, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,254,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-C-0008). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1783465/

Toutes les nouvelles