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

Contract Awards by US Department of Defense - December 18, 2018

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a $585,206,351 fixed-price incentive delivery order for the Homeland Defense Radar - Hawaii (HDR-H). The contractor will design, develop, and deliver the HDR-H radar providing autonomous acquisition and persistent precision tracking and discrimination to optimize the defensive capability of the Ballistic Missile Defense System (BMDS) and counter evolving threats. This award is the result of a competitively awarded acquisition in which one offer was received. Fiscal 2018 and 2019 research development test and evaluation funds in the amount of $51,389,757 are being obligated at time of award. The work will be performed in Moorestown, New Jersey; and Oahu, Hawaii. The exact location in Oahu, Hawaii, will be determined at the conclusion of the ongoing site selection and National Environmental Policy Act processes. The period of performance is from Dec. 18, 2018, through Dec. 17, 2023. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-F-0018).

DEFENSE INFORMATION SYSTEMS AGENCY

Hewlett Packard Enterprise, Reston, Virginia, was awarded a competitive, single award indefinite-delivery/indefinite–quantity, firm-fixed-price contract for X86 processor capacity services. The total lifecycle amount of the contract is $323,921,060. The minimum guarantee for this effort is $770,000, $675,000 of which is being met by the first delivery order under HC1084-19-F-0001, and is funded by fiscal 2019 research, development, test and evaluation funds. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA centers in the continental U.S. (CONUS), DISA outside CONUS (OCONUS) data centers, and other DISA or DISA-approved locations worldwide in which DISA may acquire an operational responsibility. Proposals were solicited via the Federal Business Opportunities websites, and six proposals were received from the proposals solicited. The period of performance is for a base of five years beginning Dec. 19, 2018, and five one-year periods through Dec. 18, 2028. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1084-19-D-0002).

NAVY

General Electric Co., Lynn, Massachusetts, is awarded $290,834,776 for modification P00014 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) for the procurement of eight F414-GE-400 install engines for the Navy. In addition, this modification provides for the procurement of 56 F414-GE-400-1A install engines; four F414-GE-400 spare engines; two spare engine containers and 12 spare engine modules for the government of Kuwait. These engines power the F/A-18E/F Super Hornet aircraft. Work will be performed in Lynn, Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madison, Kentucky (11 percent), and is expected to be completed in December 2020. Fiscal 2018 aircraft procurement (Navy); and foreign military sales funds in the amount $290,834,776 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the. Navy ($33,261,704; 11 percent); and the government of Kuwait ($257,573,072; 89 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $91,720,000 ceiling-priced, cost-plus-fixed-fee, firm-fixed-price contract for the procurement of new aircrew and maintenance training systems, as well as upgrades and modifications to the existing F/A-18E/F and EA-18G aircrew and maintenance training systems to ensure the systems are representative of fleet aircraft and systems and interface with the F-35 Joint Strike Fighter Joint Simulation Environment. Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2023. Fiscal 2017 aircraft procurement (Air Force); fiscal 2019 aircraft procurement (Navy); and 2018 research, development, test and evaluation funds in the amount of $32,260,000 will be obligated at time of award, $32,097,000 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. This contract combines purchase for the Navy ($90,836,000; 99.03 percent); and the Air Force ($884,000; 0.97 percent). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134019D0906).

Raytheon Co., McKinney, Texas, is awarded $65,648,632 for firm-fixed-price delivery order N00383-19-F-HC02 under a previously awarded basic ordering agreement (N00383-15-G-005D) for the repair of the Advanced Targeting Forward Looking Infrared system used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (77 percent); Jacksonville, Florida (20 percent); and El Segundo, California (3 percent). Work is expected to be completed by December 2020. Working capital funds (Navy) in the full amount of $65,648,632 will be obligated to fund the delivery order and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $32,396,621 five-year, firm-fixed-price requirements, long-term contract for the repair of 103 items of the ALQ-126B electronic countermeasures systems and two items of the ALE-55 radio frequency countermeasure system to support countermeasures for various aircraft. Work will be performed in Nashua, New Hampshire (47 percent); Jacksonville, Florida (48 percent); and Crane, Indiana (5 percent). Work is expected to be completed by December 2023. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UA01).

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,915,670 for modification P00004 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-18-D-0004) to exercise additional contract line item numbers under Option Year I for the manufacture and delivery of additional quantities of the AN/ARC-210 family of radio equipment in support of Navy, Air Force, Marine Corps, and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2021. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is awarded $11,740,000 for not-to-exceed delivery order N0001919F2610 against a previously issued basic ordering agreement (N00019-15-G-0003) for the Navy and Air Force. This order provides for non-recurring engineering for the redesign of the Control Actuation System electronic controller and the requalification of the dimeryl diisocyanate utilized in the AIM-9X Sidewinder Block I/II/II+ missiles. Work will be performed in Santa Clarita, California (48 percent); Rocket Center, West Virginia (33 percent); and Tucson, Arizona (19 percent), and is expected to be completed in March 2021. Fiscal 2019 weapons procurement (Navy); and fiscal 2019 missile procurement (Air Force) funds in the amount of $3,471,918 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($5,870,000; 50 percent); and the Air Force ($5,870,000; 50 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L3 Adaptive Methods, Centreville, Virginia, is awarded a $7,674,780 cost-plus-fixed-fee modification to a previously awarded contract (N00024-15-C-5220) to exercise an option for the accomplishment of services for the Undersea Warfare and Surface Warfare command and control systems. The services include systems engineering, program management, software development, risk management, prototype development, information assurance, training, and integrated logistics support. Work will be performed in Centreville, Virginia (50 percent); and Keyport, Washington (50 percent), and is expected to be completed by December 2019. Fiscal 2019 research, development, test, and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $4,279,000 will be obligated at time of award and funding in the amount of $420,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $141,447,329 firm-fixed-price contract (FA8672-19-C-0010) to exercise an option to previously awarded contract FA8672-10-C-0002 for Small Diameter Bomb (SDB) II. The contractor will provide low-rate initial production for 1,260 SDB II Lot Five munitions, 389 single-weapon containers, 344 dual-weapon containers, 20 production reliability incentive demonstration effort captive vehicles, 20 production reliability incentive demonstration effort tests, 36 weapon load crew trainers/conventional munitions maintenance trainers and data. Work will be performed in Tucson, Arizona, and is expected to be completed by June 30, 2022. This award is the result of a sole-source acquisition resulting from follow-on to competition. Fiscal 2019 missile procurement funds in the amount of $141,447,329 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, has been awarded a $7,394,373 modification (P00063) to contract FA808-12-C-0010 for Advanced Extremely High Frequency satellite vehicles 5/6. The contract modification is for Space Vehicle 5 Liquid Apogee Engine (LAE) 4-corners testing request for equitable adjustment. Work for this effort is complete. The testing of the LAE engine took place in Tokyo, Japan, the removal and replacement took place in Sunnyvale, California. Fiscal 2017 missile procurement funds will fund the contract. Total cumulative face value of the contract is $2,032,081,111. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

ARMY

M.A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota, was awarded a $36,298,000 firm-fixed-price contract to design and construct a 61,515 square foot administrative facility including administrative spaces, classrooms, and secure spaces. Bids were solicited via the internet with six received. Work will be performed in Buckley Air Force Base, Colorado, with an estimated completion date of March 10, 2021. Fiscal 2018 military construction funds in the amount of $36,298,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0006).

DEFENSE LOGISTICS AGENCY

Michelin North America Inc., Greenville, South Carolina, has been awarded a maximum $26,289,870 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. 17, 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-0046).

Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded a maximum $24,047,839 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. 17, 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-0045).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $17,040,935 firm-fixed-price delivery order (SPRPA1-18-F-0003) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for F/A-18 depot level repairable parts support. 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 four-year, four-month contract with no option periods. Locations of performance are Missouri, California, Florida and North Carolina, with an April 18, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Raytheon Co., McKinney, Texas, has been awarded a maximum $9,549,053 firm-fixed-price contract for 128 display control modules for the Abrams tank. 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 two-year base contract with one six-month option period. The option is being exercised at the time of award. Location of performance is Texas, with an April 30, 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-0070).

Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a $9,309,281 modification (P00007) to a one-year contract (SPE1C1-17-D-1090) with two one-year option periods for various parkas. This is a fixed-price contract. Locations of performance are Florida and Tennessee, with a Dec. 19, 2019, performance completion date. Using military services are Marine Corps and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

General Dynamics Mission Systems, Inc., San Antonio, Texas, has been awarded a $24,916,847 modification (P00036) to previously awarded contract HR0011-16-C-0001 for classified information technology services. The modification brings the total cumulative face value of the contract to $105,016,388 from $80,099,541. Work will be performed in Arlington, Virginia, with an expected completion date of February 2020. Fiscal 2018 and 2019 research and development funds in the amount of $20,949,939 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1717218/source/GovDelivery/

Sur le même sujet

  • Thales integrated sonar suite selected for Spanish Navys New Multi-Mission Frigates

    13 décembre 2019 | International, Naval

    Thales integrated sonar suite selected for Spanish Navys New Multi-Mission Frigates

    November 12, 2019 - The General Directorate for Armament and Material (DGAM) and the naval shipyard Navantia have selected Thales technologies for the Spanish Navy's five new multi-mission frigates. The vessels' anti-submarine warfare (ASW) capability, based on two world-class sonars, the CAPTAS 4 Compact and the BlueMaster, and the BlueScan digital acoustic system, will be integrated through Navantia Combat Management System SCOMBA F110 and will enable the service to conduct maritime surveillance, search and protection missions in any theatre of operations. To protect their maritime territory and security interests around the world, States need to counter all types of threats in any environment or theatre of operations. Naval forces need reliable, high-performance systems to assert national sovereignty and accomplish their ASW missions with optimum effect. The choice of Thales technologies, which have been extensively proven in service with navies around the world, provides the highest levels of protection available today. BlueScan is a collaborative ASW solution that processes significantly higher volumes of sonar data from various different platforms to provide the operator with a complete overview of the acoustic situation in real time. The solution leverages Big Data analytics and artificial intelligence technologies to bring naval forces a tactical advantage. Under this contract, key underwater acoustics technology will be transferred to Spanish industry, in particular for the supply of the TUUM-6 digital underwater communication system and acoustic arrays. “After two years of talks with the Spanish Navy and Navantia about this contract to equip five F110 frigates, we welcome Spain's decision to join other NATO countries (the United Kingdom, France, Italy, Norway) and Australia in placing their trust in Thales for their anti-submarine warfare (ASW) capabilities. To help their naval forces conduct their missions in today's heightened underwater threat environment, Thales has invested for many years in Australia, France and the United Kingdom to develop a unique set of digital sonar data processing and analytics technologies. Given the complexity of the underwater environment and the level of sophistication of the adversary, digitalisation and data fusion techniques are the only effective way to counter undersea threats in the 21st century. With our Spanish partners, and with Navantia in particular, we are very pleased to have the opportunity to strengthen our cooperation on this programme, in which local industry will play a significant role in producing, integrating and maintaining the systems alongside the Spanish Navy." Alexis Morel, Vice President, Underwater Systems, Thales • Thales sonars and acoustic systems will provide the Spanish Navy's five F110 frigates with a latest-generation anti-submarine warfare (ASW) capability. • The key components of the integrated suite are the BlueMaster (UMS 4110) and CAPTAS 4 Compact sonars, the TUUM-6 underwater communication system, and the BlueScan digital acoustic system already in service with other European navies. • Spanish industry partners will supply some of the high-tech equipment under a decisive transfer of technology programme put in place by Thales. View source version on Thales: https://www.thalesgroup.com/en/group/press-release/thales-integrated-sonar-suite-selected-spanish-navys-new-multi-mission-frigates

  • Contract Awards by US Department of Defense - January 13, 2021

    14 janvier 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 13, 2021

    ARMY Regeneron Pharmaceuticals Inc., Tarrytown, New York, was awarded a $2,625,000,000 firm-fixed-price contract for 1.25 million courses of a monoclonal antibody therapeutic (a combination of casirivimab and imdevimab) for COVID-19. Bids were solicited via the internet with one received. Work will be performed in Tarrytown, New York, with an estimated completion date of Jan. 11, 2022. Fiscal 2022 research, development, test and evaluation (Army) funds in the amount of $2,625,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-21-C-0014). (Awarded Jan. 12, 2021) International Business Machines Corp., Bethesda, Maryland, was awarded a $17,758,596 modification (P00094) to contract W52P1J-17-C-0008 for services and solutions to support and maintain the General Fund Enterprise Business System Financial System Army-wide. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2022. Fiscal 2021 operation and maintenance (Army) funds; and 2020 and 2021 research, development, test and evaluation (Army) funds in the amount of $17,758,596 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. NAVY Data Link Solutions LLC, Cedar Rapids, Iowa (N00039-21-A-1001); and DRS Laurel Technologies Partnership, Johnstown, Pennsylvania (N00039-21-A-1002), are each awarded $150,000,000 firm-fixed-price blanket purchase agreements (BPAs) for electronic equipment cabinets. These BPAs cover the production of up to 150 units per contractor along with the associated program management, testing and logistics support to deliver the units. Units will be manufactured in Cedar Rapids, Iowa; and Johnstown, Pennsylvania, with an expected completion date of January 2023. The total potential value of these BPAs is $150,000,000 per vendor. The total length of the ordering period is 24 months. Fiscal 2021 other procurement (Navy) funds will be obligated on a delivery order level issued under the BPA at the time of placement of individual delivery calls. These BPAs were negotiated using the procedures defined under Federal Acquisition Regulation 13.5 for individual orders less than $15,000,000. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. General Electric Aviation, Lynn, Massachusetts, is awarded a $101,470,782 firm-fixed-price, cost-plus-fixed-fee modification (P00015) to previously awarded contract N00019-18-C-1007. This modification procures 21 T408-GE-400 turboshaft engines and associated engine, programmatic and logistics services in support of CH-53K Lot Five low rate initial production aircraft. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount $101,470,782 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. MN-BMCD SE JV, Tampa, Florida, is awarded a maximum-value $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for professional architectural and engineering services in support of waterfront projects in the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of responsibility (AOR). The work to be performed provides for preparation of professional architectural and engineering services for preparation of design-bid-build documents and design-build requests for proposals for various project types in support of waterfront and marine facilities at Department of Defense (DOD) and non-DOD activities in the NAVFAC Southeast AOR. Future task orders will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. Work will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AOR including, but not limited to Florida (30%); Georgia (30%); Andros Island, Bahamas (10%); Guantanamo Bay, Cuba (10%); South Carolina (5%); Louisiana (5%); Mississippi (5%); and Texas (5%), and is expected to be completed by February 2026. An initial task order to conduct a site engineering investigation and concept design workshop for P-021 lighterage wharf and lift-launch pier at Marine Corps Support Facility Blount Island, Florida, is included with the award and is expected to be completed by April 2021. Fiscal 2021 military construction (Navy) funds in the amount of $202,780 will be obligated at time of 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 two proposals received. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-21-D-0002). Chatmon-VJR JV LLC,* La Place, Louisiana, is awarded a maximum-value $49,000,000 indefinite-delivery/indefinite-quantity contract for roofing projects at various military installations in the metropolitan San Diego, California, area, including Naval Base Coronado, Naval Base Point Loma, Naval Base San Diego, and Marine Corps Air Station Miramar. No task orders are being issued at this time. The work to be performed is for repair, removal and replacement of roofing systems at various military installations in the metro San Diego area. Projects may include, but are not limited to, roofing services with minimal design requirements for new minor construction, facility repair, rehabilitation and alterations for a broad range of renovation and construction work. Future task orders will be primarily funded by operation and maintenance (Navy) funds. Work will be performed in San Diego, California, and is expected to completed by January 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-2601). Essex Electro Engineers Inc.,* Schaumburg, Illinois, is awarded a $46,638,225 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the production and delivery of up to a maximum quantity of 575 land-based mobile electric power plant units to provide 120KVA 115 VAC 400 Hz/270VDC/28VDC electric power to support general aircraft maintenance for all Navy aircraft platforms. Work will be performed in Schaumburg, Illinois, and is expected to be completed in January 2027. 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 as a small business set-aside and five offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-D-0049). Team Corp., Burlington, Washington, is awarded a $26,417,062 firm-fixed-price contract. This contract provides 24 environmental testing systems that simulate the effects of climatic, induced thermal, dynamic and loads environments. The environmental testing systems support the development, design, environmental qualification, airworthiness, product improvement and failure investigations of Department of Defense weapon and target systems. The scope of this requirement is to design, manufacture, test and install the environmental testing systems. Support services include lead system integration, building and laboratory design specifications support, project management, equipment installation and training. Work will be performed in Burlington, Washington (50%); and China Lake, California (50%), and is expected to be completed in January 2024. Fiscal 2020 other procurement (Navy) funds in the amount of $26,417,062 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Weapons Division, Point Mugu, California, is the contracting activity (N68936-21-C-0032). DEFENSE LOGISTICS AGENCY Puerto Rico Apparel Manufacturing Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $12,775,524 modification (P00026) exercising the second one-year option period of one-year base contract SPE1C1-19-D-1127 with four one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Jan. 15, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. San Antonio Light House for the Blind,*** San Antonio, Texas, has been awarded a maximum $8,295,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year base contract with two one-year option periods. Location of performance is Texas, with a Jan. 13, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-B101). *Small business **Economically disadvantaged woman-owned small business in historically underutilized business zones ***Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2471330/source/GovDelivery/

  • Airbus expects updated industry call for Germany’s Tornado replacement contest

    13 novembre 2019 | International, Aérospatial

    Airbus expects updated industry call for Germany’s Tornado replacement contest

    By: Sebastian Sprenger BERLIN — Airbus expects an updated industry solicitation for Germany's multibillion-dollar Tornado replacement program, for which the company will offer an electronic attack-capable Eurofighter. Wolfgang Gammel, the head of combat aircraft business development, said he learned about the impending update during conversations with Defence Ministry officials. A ministerial spokeswoman declined to comment beyond the official line that an announcement about the acquisition program is expected in the first quarter of 2020 and that Berlin is looking to quickly replace its aging Tornado fleet. The requirement for an electronic attack capability was absent from the original request for information when competitors placed their bids in the spring of 2018, Gammel told reporters Tuesday at the International Fighter Conference, a gathering of senior air force and industry leaders in Berlin. After Lockheed Martin and its F-35 were eliminated early this year, that left only the Eurofighter and Boeing's F-18 Growler in the race. An updated RFI presumably would reopen the competition between the remaining bidders as the acquisition process plays out anew on the question of electronic attack capabilities. Such a move would all but certainly result in a sizable delay, as German officials have been trying to be especially thorough in seeing the program through. Airbus said introducing so-called escort jammer pods to the Eurofighter fleet, to be carried under the belly or the wings of the aircraft, would require little effort because the proposed integration strategy is meant to piggyback on upgrade efforts already on the books. Complicating a pick between the Eurofighter and the F-18 is the requirement that Germany must keep a contingent of aircraft capable of carrying U.S. nuclear bombs under NATO's nuclear doctrine. That seemed to give Boeing's offering an advantage, German paper Süddeutsche Zeitung claimed in a report last month. For its part, the F-18 is known for its ability to counter enemy air defenses, an area where Airbus now seeks to lay down its own marker. https://www.defensenews.com/industry/2019/11/12/airbus-expects-updated-industry-call-for-germanys-tornado-replacement-contest/

Toutes les nouvelles