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

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

NAVY

Ameresco Select Inc., Framingham, Massachusetts, is awarded a firm-fixed-price task order (N39430-19-F-9901) at $402,833,556, under a multiple award indefinite-delivery/indefinite-quantity contract for energy conservation measures at Norfolk Naval Shipyard, Portsmouth, Virginia. The work to be performed provides for the construction, operations and maintenance of energy conservations to improve energy efficiency and reliability, which include steam distribution upgrades to decrease steam energy loss, energy security upgrades for energy related process improvements, replacement of transformers to improve equipment reliability and water treatment plant improvements to reduce operational and safety risks. Work will be performed at Norfolk Naval Shipyard, Portsmouth, Virginia, and is expected to be completed by January 2043. No funds will be obligated with this award as private financing obtained by the contractor, will be used for the 36-month construction (i.e. implementation) phase of the project. Two proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029).

Lightforce USA Inc., doing business as Nightforce Optics,* Orofino, Idaho, is awarded a $53,735,930 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Precision-Variable Power Scopes (P-VPS). This procurement is for the P-VPS Standard and the P-VPS Standard, Long Range. The P-VPS is a precision direct view optic with continuously variable magnification ranging from 3x to less than or equal to 7x and greater than or equal to 25x continuous zoom for U.S. Special Operations Command. Work will be performed in Orofino, Idaho, and is expected to be complete by December 2024. Fiscal 2020 defense procurement funding in the amount of $2,351,124 will be obligated at the time of award and will expire at the end of the current continuing resolution period. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-JQ57).

Orion Construction Corp.,* Vista, California, is awarded a $32,363,000 firm-fixed-price contract for the construction of potable water distribution improvements at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of potable water supply pipelines to transport potable water from the 24 Area to the 20 Area potable water storage tanks on Marine Corps Base Camp Pendleton. This project provides necessary waterline valves, appurtenances and tie-ins to meet operational needs of the Southern Water System and meet applicable standards and codes. The contract also contains one unexercised deductive option, which, if exercised, would decrease cumulative contract value to $30,893,000. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $32,363,000 are obligated on this award and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0612).

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,429,224 indefinite-delivery/indefinite-quantity modification for the exercise of Option One to extend services for base operations support services at Naval Station Mayport, Marine Corps Support Facility, Blount Island, and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $61,139,761. Work will be performed in Jacksonville, Florida, Naval Station Mayport (62%); Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) (O&M,N); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 Navy working capital funds; and fiscal 2020 family housing O&M,N contract funds in the amount of $24,895,628 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800).

VLJM LLC,* Fullerton, California, is awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract for paving construction alterations, renovations and repair projects at Naval Bases Ventura County, Port Hueneme, California. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of road paving projects. Work will be performed in Port Hueneme (50%); and Point Mugu (50%), California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0014).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,055,674 modification (P00055) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes sustainment support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom. Work will be performed in Eglin, Florida, and is expected to be completed in February 2021. Non-U.S. Department of Defense participant funds in the amount of $18,055,674 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.

Northrop Grumman, Charlottesville, Virginia, is awarded a $16,055,006 indefinite-delivery/indefinite-quantity (IDIQ), cost-plus-fixed-fee and firm-fixed-price delivery order for engineering and technical services for the design, development, testing, integration and system support of the AN/BPS-16(V)5 radar system. The work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2020. The IDIQ ordering vehicle includes options, which, if exercised, would bring the cumulative value of this contract to $83,253,974 and expire in December 2024. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $410,000 will be obligated at time of award and will expire on Aug. 30, 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $300,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6203).

Zero Waste Solutions Inc.,* Concord, California, is awarded a maximum $14,288,305 indefinite-delivery/indefinite-quantity firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan area, as well as three outlying naval training installations in the San Diego County area. The work to be performed provides for labor, supervision, management and materials (except those specified as government furnished), to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. Initial task order is being awarded at $371,768 for integrated solid waste management services at Naval Base San Diego (45%); Marine Corps Air Station Miramar (24.2%); Naval Base Point Loma (23.7%); Marine Corps Recruit Depot (5.8%); Camp Michael Monsoor (0.6%); Remote Survival, Evasion, Resistance and Escape Camp Warner Springs (0.4%); and Camp Morena, California (0.3%). Work for this task order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M,N); operations and maintenance, Defense Health Program (O&M, DHP); and Navy working capital (NWC) contract funds in the amount of $371,768 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 O&M,N; O&M, DHP; and NWC contract funds. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0015).

DMR Consulting Inc.,* Panama City Beach, Florida, is awarded an $8,991,202 firm-fixed-price modification to previously awarded contract N61331-19-D-0002 to exercise the option for the depot level repair, overhaul and modification for the MK-105 Magnetic Minesweeping Gear. This option exercise is for depot level repair and maintenance of the MK105 Magnetic Minesweeping Gear. The MK105 Magnetic Influence Minesweeping System, better known as the "sled," is a high-speed catamaran hydrofoil platform, which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. Work will be performed in Panama City, Florida, and is expected to be completed by December 2020. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

ARMY

HDR Architecture Inc., Seattle, Washington, was awarded a $25,000,000 firm-fixed-price contract for architectural and engineering. One bid was solicited with five bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-D-0001).

Weeks Marine Inc., Covington, Louisiana, was awarded a $13,071,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Recovery Act; civil works and operation and maintenance funds in the amount of $13,071,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0007).

AIR FORCE

The Boeing Co., Seattle, Washington, has been awarded a $12,011,819 firm-fixed-price contract modification (P00047) to previously-awarded contract FA8625-16-C-6599 for the incorporation of two engine Airworthiness Directives (ADs) and 29 engine service bulletins (SBs) on the program's eight Genx-2B engines. This contract modification will allow for VC-25B operational benefits and cost efficiencies with the work being performed concurrently with the VC-25B-specific modifications to the program's 747-8 aircraft engines under the engineering and manufacturing development activity. This contract modification will allow for the avoidance of increased costs and operational capability interruptions to the presidential aircraft by allowing for the incorporation of the ADs and SBs prior to final delivery of the VC-25B aircraft. Work will be performed at San Antonio, Texas; and Peebles, Ohio, and is expected to be completed by November 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $7,831,032 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2039244/source/GovDelivery/

Sur le même sujet

  • US defense-industry report finds 300 security risks needing 'immediate action'

    5 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    US defense-industry report finds 300 security risks needing 'immediate action'

    by James Langford A sweeping Defense Department review ordered by President Trump has identified roughly 300 gaps in weapon-makers' supply chains that could threaten U.S. military campaigns if they're not corrected, a senior administration official said Thursday. The report, commissioned in July 2017, will be presented to Trump on Friday, and the president is expected to earmark funds available through both the Defense Production Act and a 1939 defense stockpile program to address some of them, the official said. The issues were identified largely at small and midsize firms that have supplied top-line U.S. contractors like Boeing and Lockheed Martin and have been harmed more than their larger customers by cuts in U.S. government spending, the official said. Compiled by 16 working groups with hundreds of subject-matter exports, the report found both fragile markets and weakened companies, situations that could affect the production of devices such as propeller shafts, as well as supplies of raw materials like rocket fuel, ceramics used in body armor, and metals used in combat vehicles. "We have a situation where we've identified a number of vulnerabilities which demand immediate action," the official said. "This administration's hallmark is immediate action, and with this report, there's also a blueprint for actions that will be launched immediately." The review reflects the president's belief that economic security is synonymous with national security, highlighted with the imposition of double-digit tariffs on steel and aluminum earlier this year. Those duties were set under Section 232 of the Trade Expansion Act of 1962, which allows the White House to intervene in markets to protect national security. Full article: https://www.washingtonexaminer.com/business/us-defense-industry-report-finds-300-security-risks-needing-immediate-action

  • Contract Awards by US Department of Defense - September 14, 2019

    15 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 14, 2019

    DEFENSE LOGISTICS AGENCY JL Kaya,* Miami, Florida (SPE1C1-20-D-1317, $323,030,400); Unifire,** Spokane, Washington (SPE1C1-20-D-1346, $209,200,000); Coulmed Products Group,*** Springfield Township, New Jersey (SPE1C1-20-D-1320, $152,671,212); Maddox Defense,** San Diego, California (SPE1C1-20-D-1318, $88,595,200); Health Supply US,*** North Hollywood, California (SPE1C1-20-D-1332, $68,205,564); Health Supply US,*** North Hollywood, California (SPE1C1-20-D-1336, $65,411,316); Unifire,** Spokane, Washington (SPE1C1-20-D-1340, $39,580,013); The Dow Chemical Co., Midland, Michigan (SPE1C1-20-D-1333, $31,359,600); Health Supply US,*** North Hollywood, California (SPE1C1-20-D-1323, $28,132,080); Unifire,** Spokane, Washington (SPE1C1-20-D-1345, $28,048,235); Unifire,** Spokane, Washington (SPE1C1-20-D-1344, $25,416,963); The Dow Chemical Co., Midland, Michigan (SPE1C1-20-D-1337, $23,294,900); Marena Group,** Lawrenceville, Georgia (SPE1C1-20-D-1321, $22,529,664); Wise Manufacturing,*** Old Hickory, Tennessee (SPE1C1-20-D-1339, $20,216,250); The Dow Chemical Co., Midland, Michigan (SPE1C1-20-D-1338, $11,730,000); Unifire,** Spokane, Washington (SPE1C1-20-D-1342, $11,726,208); Unifire,** Spokane, Washington (SPE1C1-20-D-1341, $10,348,416); and Health Supply US,*** North Hollywood, California (SPE1C1-20-D-1326, $8,411,508), have each been awarded a firm-fixed-price, indefinite-quantity contract under solicitation SPE1C1-20-R-0138 for disposable isolation gowns. These were competitive acquisitions with 129 offers received. These are one-year contracts with no option periods. Locations of performance are Florida, California, New York, New Jersey, Georgia, Michigan, North Carolina, Tennessee, Washington, Massachusetts and Texas, with a Sept. 30, 2021, ordering period end date. Using customer is Health and Human Services. Type of appropriation is fiscal 2020 Defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. ARMY Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $103,577,044 firm-fixed-price contract to acquire avionics support services and incidental materials for the UH-60M Black Hawk multifunction display avionics suite for UH-60M mission design series and variant helicopters. 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 Sept. 15, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0535). Science and Engineering Services LLC, Huntsville, Alabama, was awarded a $22,177,444 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for the procurement of Afghanistan contractor logistics support services for the Afghanistan National Security Forces. Bids were solicited via the internet with one received. Work will be performed in Khandahar, Kabul, Shorab and Mezar-i-Sharif, Afghanistan; and Huntsville, Alabama, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 Foreign Military Sales (Afghanistan) funds in the amount of $22,177,444 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-C-0032). World Wide Technology, St. Louis, Missouri, was awarded an $11,710,362 firm-fixed-price contract for laptops, desktops, Cisco Voice over Internet Protocol phones, switches, software licenses and similar items. 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 Jan. 18, 2021. U.S. Army 408th Contracting Support Brigade, Camp Arifjan, Kuwait, is the contracting activity (W52P1J-16-D-0016). (Awarded Sept. 11, 2020) The American Council on Teaching, White Plains, New York, was awarded a $10,825,025 modification (P00005) to contract W9124N-16-D-0001 for oral proficiency interviews for the Defense Language Institute's Foreign Language Center. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2021. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. IQVIA Government Solutions Inc., Falls Church, Virginia, was awarded a $7,759,363 fixed-price-incentive contract to provide commercial off-the-shelf software components and related support services for a bi-directional, secure mobile health communication system in support of the Telemedicine and Advanced Technology Research Center. 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 Sept. 23, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-D-0063). NAVY Leidos Inc., Reston, Virginia, was awarded an $82,164,896 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides research and development support services for the Operational Readiness Directorate at the Naval Health Research Center, San Diego, California. Work will be performed primarily in San Diego, California (80%), but may include additional work locations in Bridgeport, California (1%); Camp Pendleton, California (1%); La Posta, California (1%); Twenty-nine Palms, California (1%); Groton, Connecticut (1%); Washington, D.C. (1%); Orlando, Florida (1%); St. Petersburg, Florida (1%); Pearl Harbor, Hawaii (1%); Baltimore, Maryland (1%); Bethesda, Maryland (1%); Boston, Massachusetts (1%); Minneapolis, Minnesota (1%); Camp Lejeune, North Carolina (1%); Fort Bragg, North Carolina (1%); Arlington, Virginia (1%); Norfolk, Virginia (1%); Quantico, Virginia (1%); Fort Lewis, Washington (1%); and Keyport, Washington (1%). No funds will be obligated at the time of award and work is expected to be completed by September 2026. The initial task order for $4,968,119 for the base period of performance will be awarded with fiscal 2019 Defense Health Program (DHP) funding of $444,310, which will expire at the end of the current fiscal year; fiscal 2020 Navy research, development, testing and evaluation of $851,955 which will not expire at the end of the current fiscal year; and fiscal 2020 one-year DHP operations and maintenance funding of $2,137,975 which will expire at the end of the current fiscal year. The balance of the task orders will be incrementally funded and the total aggregate value of the initial task order for the base period and one option year, if exercised, is $10,002,412. This contract was competitively procured via the beta.SAM.gov website, with four proposals received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-D-5020). (Awarded Sept. 10, 2020) Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $43,414,416 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Station Guantanamo Bay. The maximum dollar value including the base period and four option years is $196,130,562. The work to be performed provides for base operations support services to include family housing, facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, water and base support vehicles and equipment. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by December 2021. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (O&M) (Navy); fiscal 2021 Defense Health Program; fiscal 2021 O&M (Army); and fiscal 2021 O&M (Defense agencies) contract funds in the amount of $35,022,444 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the beta.SAM.gov website with two proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0071). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $20,480,000 undefinitized contract modification (P00062) to previously awarded cost-plus-fixed-fee contract N00019-16-C-000) for additional labor in support of depot maintenance activities associated with the completion of the government of Australia's first Joint Strike Fighter aircraft induction. Work will be performed in Williamtown, Australia (95%); and Fort Worth, Texas (5%), and is expected to be completed in July 2021. Non-Department of Defense participant funds in the amount of $10,240,000 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. Leidos Inc., Reston, Virginia, was awarded an $18,412,543 cost-plus-fixed-fee task order through One Acquisition Solution for Integrated Services (OASIS). This contract provides research and development support services for the Behavioral Epidemiology Assessment Research at the Naval Health Research Center, San Diego, California. Work will be performed in San Diego, California, and is expected to be completed by September 2025. The task order is initially being awarded with fiscal 2019 Defense Health Program (DHP) Navy research, development, testing and evaluation funding in the amount of $213,632 with fiscal 2019 enhanced DHP funding of $70,066; and fiscal 2020 DHP operations and maintenance funding of $5,000, all of which will expire at the end of the current fiscal year. The balance of the task order will be incrementally funded through the base period and four option years and have a total value of $18,412,543, if all option periods are exercised. This contract was competitively procured via General Services Administration OASIS Pool 4 and only one proposal was received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-F-0286). (Awarded Sept. 11, 2020) Aptim Federal Services LLC, Alexandria, Virginia, is awarded an $18,163,824 firm-fixed-price task order (N62478-20-F-4295) under a multiple award construction contract for repair to military petroleum storage tank Red Hill Tank 14. The work to be performed provides for the additional repairs on Red Hill Tank 14 as identified by the contractor's comprehensive out-of-service internal integrity inspection and suitability for service evaluation inspection report. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by June 2023. Fiscal 2016 working capital (Navy) contract funds in the amount of $18,163,824 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command, Hawaii Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N39430-20-D-2225). Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $16,401,341 cost-plus-fixed-fee, firm-fixed-price modification (P00008) against previously issued order N00019-18-F-1645 under basic ordering agreement N00019-17-G-0002. This modification procures 24 additional MV-22 integrated aircraft survivability equipment A-Kits. Additionally, this modification provides additional non-recurring engineering support to integrate the control indicator unit replacement into the existing Department of Navy large aircraft infrared countermeasures system for integrated aircraft survivability equipment and the MV-22 Large Aircraft Infrared Countermeasures system processor replacement retrofit installation package. Work will be performed in Philadelphia, Pennsylvania (85%); and Mesa, Arizona (15%), and is expected to be completed by April 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $16,401,341 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. Vigor Marine LLC, Portland, Oregon, is awarded a $12,243,575 firm-fixed-price contract for a 45-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Richard Byrd (T-AKE 4). Work will be performed in Portland, Oregon, and is expected to be completed by Dec. 9, 2020. The maximum dollar value, including base period and four option years is $12,243,575. Fiscal 2021 working capital funds in the amount of $11,863,708 are being obligated at the time of the award, none of which will not expire at the end of the current fiscal year. This contract was competitively procured with one company soliciting via the Federal Business Opportunities website and two offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4086). Lockheed Martin Rotary Mission Systems, Orlando, Florida, is awarded a $10,621,061 modification (P00044) to previously awarded cost-plus-fixed-fee contract N68335-17-C-0253 to provide retrofit kits for the production and delivery of 137 low rate initial production electronic Consolidated Automated Support Systems (eCASS) to the upgraded full rate production eCASS station baseline; 137 J18/J19 general purpose interface upgrade kits; and six fire wire/fiber channel ancillary kits. Work will be performed in Orlando, Florida, and is expected to be completed by December 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $2,583,663; fiscal 2019 aircraft procurement (Navy) funds in the amount of $3,185,267; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,852,131 will be obligated at time of award, $2,583,663 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Gomez Research Associates Inc.,** Huntsville, Alabama, is awarded a $10,000,000 modification to previously awarded cost-plus-fixed-fee contract N00174-19-C-0021 to exercise Option Year One for continued support for counter improvised explosive devices and unmanned aerial system technology. This option exercise will enable the government to use and build upon the Small Business Innovation Research Phase I and Phase II efforts awarded to Gomez Research Associates under Topic A13-058 by expanding on Gomez Research Associates' current research into buried improvised explosive devices/unmanned aerial system detection to determine how it can be made practical for use with present counter rocket, artillery, and mortar (C-RAM) systems. Work will be performed in Huntsville, Alabama (60%); Kiev, Ukraine (5%); Belgrade, Serbia (15%); and Sofia, Bulgaria (20%), and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Army) in the amount of $10,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis in September 2019 in accordance with Federal Acquisition Regulation 6.302-5: Authorized or Required by Statute – 10 U.S. Code 2304 (c) (5). The Naval Surface Warfare Center, Indian Head Explosive Ordnance, Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $7,226,209 cost-plus-incentive-fee and cost only modification to previously awarded contract N00024-18-C-6258 to exercise options for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (73%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (6%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Newport, Rhode Island (1%), and is expected to be completed by September 2021. Fiscal 2018 (37%), 2019 (1%), and 2020 (3%) shipbuilding and conversion (Navy); fiscal 2020 research, development, test and evaluation (Navy) (37%); and fiscal 2019 other procurement (Navy) (22%) funding in the amount of $7,226,209 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, D.C., is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded a $7,180,134 firm-fixed-price modification to exercise options under contract N00024-20-C-5400 for fiscal 2020 German Navy procurements of Rolling Airframe Missile (RAM) Block 2/2A components. The RAM Guided Missile Weapon System is co-developed and co-produced under an International Cooperative Program between the government of the U.S. and the government of the Federal Republic of Germany. Work will be performed in Rocket Center, West Virginia (63%); Williamsport, Pennsylvania (27%); Tucson, Arizona (7%); Ontario, Canada (1%); Joplin, Missouri (1%); and Mason, Ohio (1%), and is expected to be completed by June 2025. German cooperative funding in the amount of $7,180,134 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c) (4), International Agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY The Research Foundation for the State University of New York (SUNY), on behalf of SUNY Polytechnic Institute, Albany, New York, was awarded a $19,215,069 cost reimbursement (no fee) contract for a research project under the Lasers for Universal Microscale Optical Systems (LUMOS) program. The LUMOS program will enable efficient on-chip optical gain to highly capable integrated photonics platforms and enable complete photonics functionality on a single substrate for disruptive optical microsystems. Work will be performed in Albany, New York (48%); Santa Barbara, California (21%); Boston, Massachusetts (26%); and Greensboro, North Carolina (5%), with an expected complete date of September 2024. Fiscal 2020 research, development, test and evaluation funding in the amount of $3,756,278 is being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and 29 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0142). AIR FORCE Lockheed Martin Space, Sunnyvale, California, has been awarded a $10,875,123 cost‐plus‐fixed‐fee modification (P00184) to contract FA8810‐13‐C‐0002 for Space Based Infrared System contractor logistics support for studies and modification projects. Work will be performed at Peterson Air Force Base; Buckley AFB; Greeley Air National Guard Station; and Boulder, all located in Colorado, and is expected to be completed by Sept. 15, 2021. Fiscal 2020 operations and maintenance funds in the amount of the full amount are being obligated at the time of award. Total cumulative face value of the contract is $1,828,554,298. Air Force Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity. *Woman-owned small business ** Small business ***Small disadvantaged business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2347324/source/GovDelivery/

  • Archer shares jump on air taxi deal with US Air Force

    1 août 2023 | International, C4ISR, Autre défense

    Archer shares jump on air taxi deal with US Air Force

    Archer Aviation shares jumped as much as 33% on Monday after the air taxi maker entered into a deal to provide up to six of its "Midnight" aircraft to the U.S. Air Force.

Toutes les nouvelles