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

Contract Awards by US Department of Defense - December 26, 2018

NAVY

Oceaneering International Inc., Chesapeake, Virginia (N64498-19-D-0001); Huntington Ingalls Inc., Newport News, Virginia (N64498-19-D-0002); and General Dynamics Electric Boat, Groton, Connecticut (N64498-19-D-0003), are being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite quantity multiple award contracts with firm-fixed-priced ordering provisions for Submarine Safety (SUBSAFE) and Level I engineering and technical services in the amounts of $827,674,072; $874,341,811; and $1,110,350,671, respectively. This requirement is for management and technical services for the support installation, troubleshooting, repair, and maintenance of main and auxiliary weapons, as well as hull, mechanical and electrical equipment for various Submarine, SUBSAFE and Level I Material work onboard SSN 21 Class (Seawolf Class); SSN 688 Class (Los Angeles Class); SSBN/SSGN 726 Class (Ohio Class); and SSN 774 Class (Virginia Class) submarines. These contracts will primarily support large submarine maintenance and modernization programs and/or critical-path ship changes/alterations that are accomplished in Navy Chief of Naval Operation availabilities, dry-dock selected restricted availabilities, engineered refueling overhauls, depot modernization periods, and continuous maintenance availabilities. Work is expected to be performed at Norfolk Naval Shipyard, Portsmouth, Virginia; Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii; Portsmouth Naval Shipyard, Portsmouth, New Hampshire; Puget Sound Naval Shipyard, Bremerton, Washington; and Naval Submarine Base King's Bay, King's Bay, Georgia. The work under this contract will contain a five-year ordering period and is expected to be completed by December 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $300,000 ($100,000 per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This funding represents the guaranteed contract minimum for each contract award. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity.

Huang-Gaghan JV Two, * Alexandria, Virginia (N40080-19-D-0001); LLB Enterprises LLC, * Stafford, Virginia (N40080-19-D-0002); Argus-CJW JV LLC, * Leesburg, Virginia (N40080-19-D-0003); Signature-Renovations LLC, * Capital Heights, Maryland (N40080-19-D-0004); Snodgrass JV, * Annapolis, Maryland (N40080-19-D-0005); and JCMCS,* Washington, District of Columbia (N40080-19-D-0006), are each awarded indefinite-delivery/indefinite-quantity multiple award construction contracts for mechanical - construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base year and four option years for all six contracts combined is $99,000,000. The work to be performed provides for construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Huang-Gaghan JV Two is being awarded task order 0001 at $2,942,286 for the seed project A-59 new mechanical room and central hot water system, at Naval Research Laboratory Washington, District of Columbia. Work for this task order is expected to be completed by January 2019. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 24 months, with an expected completion date of January 2020. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds in the amount of $2,942,286 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Defense Logistics Agency); and Navy working capital fund. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, was awarded a $72,463,134 firm-fixed-price, cost-plus-fixed-fee, cost-only undefinitized contract action for the production of Aegis Weapon System fire control system MK 99 equipment, Aegis Modernization production requirements, and associated engineering services. Work will be performed in Andover, Massachusetts (66 percent); Marlborough, Massachusetts (16 percent); Chesapeake, Virginia (13 percent); Portsmouth, Rhode Island (3 percent); San Diego, California (1 percent); and Burlington, Massachusetts (1 percent), and is expected to be completed by April 2022. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2018 other procurement (Navy); and fiscal 2018 defense wide procurement funding in the amount of $22,975,534 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 in accordance with 10 U.S. Code 2304 (c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5112). (Awarded Dec. 21, 2018)

KBE Building Corp., Farmington, Connecticut, is awarded a $30,188,219 firm-fixed-price contract for construction of a medical and dental clinic at Portsmouth Naval Shipyard. The work to be performed provides for the construction of a new free-standing medical and dental clinic consisting of two occupied stories with a shared two-story waiting area. The facility will replace the existing clinic, and will encompass Medical Homeport, optometry, undersea medicine, dental, and mental health, as well as pharmacy, radiology, ancillaries, support and administrative space. Supporting facilities construction will include all site utilities, site preparation, site improvements, paving (parking and roadways) and access roads. Work will be performed in Kittery, Maine, and is expected to be completed by January 2021. Fiscal 2017 defense military construction, medical funds in the amount of $30,188,219 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 two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008519C9072).

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $28,957,961 for contract modification P00030 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005) for sustainment of the U.S. and United Kingdom (UK) SSBN fire control system, the U.S. SSGN Attack Weapon Control System, including training and support equipment. Also included is the missile fire control for the U.S. Columbia-class and UK Dreadnought-class Common Missile Compartment program development, through first unit UK production, and Strategic Weapon Interface Simulator. Work will be performed in Pittsfield Massachusetts (90.5 percent); Bremerton, Washington, (3.6 percent); Kings Bay, Georgia (2.7 percent); Dahlgren, Virginia (1 percent); Cape Canaveral, Florida (0.9 percent); Portsmouth, Virginia (0.9 percent); and the United Kingdom (0.4 percent), with an expected completion date of Sept. 30, 2023. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $20,139,048; and United Kingdom funds in the amount of $2,726,000 are being obligated on this award. Funds in the amount of $20,139,048 will expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,183,913; and United Kingdom funds in the amount of $909,000 will be obligated. Funds in the amount of $5,183,913 will expire at the end the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, is awarded a $26,448,121 cost-plus-award-fee, cost-plus-fixed-fee, cost, and firm-fixed-price contract for planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000-class destroyers post-delivery and in-service life cycle support, and shock qualification test and analysis. The planning yard will provide DDG 1000 class technical, engineering and support, including emergent technical problem investigation and resolution; shock qualification test and analysis; maintenance and modernization planning; integrated logistics support; configuration data management; maintenance, repair and/or overhaul availability planning and scheduling; modernization planning and scheduling; industrial yard/facility planning and scheduling and material orders; and fabrication and kitting. This contract includes options which, if exercised, would bring the cumulative value of this contract to $86,703,677. Work will be performed in Bath, Maine (92 percent); Gardena, California (1 percent); Atlanta, Georgia (1 percent); Muscatine, Iowa (1 percent); Patterson, New Jersey (1 percent); Saratoga Springs, New York (1 percent); and other locations below one percent (3 percent); and is expected to be completed by December 2023. Fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $25,611,651 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition under the authority of 10 U.S. Code 2304(c)(1), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2322).

Raytheon Missile Systems, Tucson, Arizona, is awarded a $17,011,832 modification to previously awarded contract N00024‑17-C-5420 to exercise an option for providing Zumwalt capability and design agent support to the STANDARD Missile-2. Work will be performed in Tucson, Arizona (47 percent); Andover, Massachusetts (33 percent); Mountain View, California (12 percent); San Diego, California, (3 percent); Chandler, Arizona (2 percent); Hudson, New Hampshire (2 percent); Redmond, Washington (1 percent), and is expected to be completed by March 2022. Fiscal 2017 and 2018 weapons procurement (Navy); and foreign military sales funding in the amount of $16,951,832 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

CORRECTION: A contract modification awarded Dec. 20, 2018, to Ameresco Select Inc., Framingham, Massachusetts, for $17,961,208 (N4740899F4117), was announced with an incorrect cumulative value. The correct total cumulative value after award of the modification is $121,374,022.

ARMY

SOS International LLC, Reston, Virginia, was awarded a $191,225,021 firm-fixed-price contract for base life support and security services. One bid was solicited with one bid received. Work will be performed in Taji, Iraq, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 operations and maintenance; and military personnel appropriations funds in the amount of $83,044,481 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0010).

The Boeing Co., Mesa, Arizona, was awarded a $49,210,651 firm-fixe-price Foreign Military Sales (Qatar) contract for Maintenance Augmentation Team services for the Qatari Air Force AH-64E aircraft. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of July 31, 2024. Fiscal 2018 operations and maintenance Army funds in the amount of $49,210,651 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0008).

AIR FORCE

Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $36,570,512 firm-fixed-price modification (P00045) to contract FA8106-16-C-0004 that exercises Option Year Three for contractor logistic support. This contract provides the Iraqi Air Force's Cessna 208 fleet and the 208/172 Trainer fleet with contractor logistic support. Work will be performed in Iraq and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to Iraq and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $35,000,000 contract modification for an existing non-competitive single award, indefinite-delivery/indefinite-quantity contract (H92241-15-D-0001) to provide post-deployment software support for the Common Avionics Architecture System. This modification increases the contract ceiling amount from $107,328,000 to $142,328,000. Each individual task order will be funded with procurement; research, development, testing and evaluation; and operations and maintenance appropriations, as appropriate, from the correct fiscal year at the time of obligation. This contract is not multiyear. Ordering periods will end on Nov. 30, 2019. This contract was awarded through noncompetitive procedures in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1721253/

Sur le même sujet

  • Israel unveils new Barak tank with AI, sensors and cameras

    20 septembre 2023 | International, Terrestre

    Israel unveils new Barak tank with AI, sensors and cameras

    Development for the Barak took five years, and it underwent testing over the last year.

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

    13 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    AIR FORCE Tecolote Research Inc., El Segundo, California, has been awarded a $36,668,258 firm-fixed-price contract for Space and Missile Systems Center acquisition and financial support services. This contract provides the Remote Sensing Systems Directorate with a broad range of acquisition, strategic communication, and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, sustainment, and lifecycle acquisition activities. Work will be performed in El Segundo, California, and is expected to be completed by Aug. 17, 2024. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 space procurement in the amount of $974,326; and research, development, test and evaluation funds in the amount of $5,137,759 are being obligated at the time of award. Space and Missile Systems Center Remote Sensing Systems Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0002). Lockheed Martin Corp., Fort Worth, Texas, has been awarded a not-to-exceed $19,900,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate and transition advanced turbine propulsion power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Fort Worth, Texas, and is expected to be completed by Feb. 12, 2027. This award is the result of a competitive acquisition and 54 offers were received. The first task order will be initially funded with fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $45,000; and fiscal 2019 RDT&E funds in the amount of $315,000 at the time award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2059). AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $10,864,605 delivery order (FA8534-19-F-0023) to contract FA8519-14-D-0002 for the production of 463L cargo pallets. Work will be performed in Cadillac, Michigan, and is expected to be completed by Dec. 31, 2020. Fiscal 2017 other procurement funds in the amount of $6,345,157; and fiscal 2019 other procurement funds in the amount of $4,519,448 are being obligated at time of award. Total face value of the delivery order is $10,864,605. This delivery order brings the total cumulative face value of the contract to $181,551,615. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. 22nd Century Technologies Inc., Somerset, New Jersey, has been awarded a $8,344,625 firm-fixed-price contract to exercise Option III to support the 33rd Network Warfare Squadron (NWS) at Joint Base San Antonio, Texas, in conducting its mission of Defense Cyber Operations (DCO). The contractor will provide plans and implantation in executing the 33rd NWS managed DCO mission. Work will be performed on Joint Base San Antonio, Texas, and is expected to be completed Feb. 28, 2020. This contract is the result of a competitive acquisition and eight offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,344,625 will be obligated at the time of award. The 38th Cyberspace Engineering Installation Group, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-15-C-0067). ARMY Tiber Creek Consulting Inc.,* Fairfax, Virginia, was awarded a $33,549,985 firm-fixed-price contract for mission essential core information system for operations and sustainment with periodic modernization life cycle phases. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0007). Osborn Consulting / MGE Engineering / Natural System,* Bellevue, Washington, was awarded a $10,000,000 firm-fixed-price contract for miscellaneous water resource civil works engineering, design, and engineering. 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 Feb. 10, 2021. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-D-1011). Fortis Nova A Joint Venture LLC,* Phoenix, Arizona, was awarded a $9,050,000 firm-fixed-price contract for construction of two new truck fill stands. Bids were solicited via the internet with one received. Work will be performed in Las Vegas, Nevada, with an estimated completion date of Nov. 3, 2020. Fiscal 2019 military construction funds in the amount of $9,050,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0006). NAVY Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $27,291,319 fixed-price indefinite-delivery/indefinite-quantity contract for integration, testing, delivery, and performance as the lead systems integrator for the AN/AAQ-24 Large Aircraft Infrared Countermeasures System and the ALQ-213 Electronic Warfare Management System. These services are in support of Lot 9 and 10 P-8A production aircraft for the Navy and various Foreign Military Sales (FMS) customers, including the governments of Australia and the U.K. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in February 2021. Fiscal 2018 aircraft procurement (Navy), and FMS funds in the amount of $11,751,506 are obligated at time of award, none of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0023). Northrop Grumman Systems Corp., St. Augustine, Florida, is awarded $16,883,718 for modification P00012 to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable indefinite-delivery/indefinite-quantity contract (N00019-14-D-0022). This contract modification extends the period of performance and provides depot maintenance for 44 Navy and Marine Corps Reserve F-5N/F aircraft. In addition to depot maintenance, this modification provides for aircraft inspections, repairs, overhauls, emergency repairs, modifications, engineering support and procurement of structural components required for the operation and sustainment of the F-5N/F aircraft. Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in September 2019. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Systems Command, Patuxent River, Maryland, is the contracting activity. Moran Towing Corp., New Canaan, Connecticut, is awarded a $14,350,538 firm-fixed-price contract with reimbursable elements to support PM4 service support program for the time charter services of eight tugboats. The tugboats will be capable of ship handling, docking and undocking in the Norfolk, Virginia, harbor and surrounding waters. The contract includes a 12-month base period, three 12-month option periods, and one 11-month option which, if exercised, would bring the cumulative value of this contract to $74,005,396. Work will be in Norfolk, Virginia, and surrounding waters, and is expected to be completed by February 2020. If all options are exercised, work will continue through Jan. 31, 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,371,147 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 Federal Business Opportunities website, with one offer received. The United States Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3503). Cardno-Amec Foster Wheeler Joint Venture, Charlottesville, Virginia, is awarded $8,440,405 for firm-fixed-price task order N6247319F4047 under an indefinite-delivery indefinite-quantity architect-engineering contract for building condition assessments at Marine Corps Base (MCB) Camp Pendleton, California; Marine Corps Air Station (MCAS) Camp Pendleton, California; Marine Corps Air Ground Combat Center Twentynine Palms, California; MCAS Miramar, California; Marine Corps Logistics Base Barstow, California; Marine Corps Recruit Depot San Diego, California; MCAS Yuma, Arizona, and MCB Camp Butler, Okinawa, Japan. Work will be performed in Oceanside, California (47 percent); Twentynine Palms, California (16 percent); Miramar, California (13 percent); Barstow, California (8 percent); San Diego, California (7 percent); Yuma, Arizona (7 percent); and Okinawa, Japan (1 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $8,440,405 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-1866). U.S. SPECIAL OPERATIONS COMMAND Raytheon Company Space and Airborne Systems, McKinney, Texas, was awarded a $15,000,000 modification (P00002) to an existing indefinite-delivery/indefinite-quantity contract (H92222-18-D-0003) with cost-plus-fixed-fee contract line items. This action increases the ceiling from $30,000,000 to $45,000,000 for Silent Knight Radar Operational Flight Program (OFP) development, field service representative support and engineering services in support of U.S. Special Operations Command (USSOCOM) fixed wing aircraft. This action completes OFP software delivery for the CV-22. Development work will continue to take place at the Raytheon facility in McKinney, Texas, and is expected to be complete by December 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,450,390 are being obligated at the time of award. USSOCOM Headquarters, Tampa, Florida, is the contacting activity. DEFENSE INFORMATION SYSTEMS AGENCY Artel, LLC, Herndon, Virginia, was awarded a firm-fixed-price contract modification (P00019) to exercise Option Period Four on task order GS-35F-5151H / HC101315F0009 for commercial satellite communications service. The face value of this action is $12,560,172 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $71,314,976. Performance directly supports the U.S. Central Command Southwest Asia area of responsibility and Europe Communications Network Architecture and Contingency Support. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and two quotations were received from 22 offers solicited. The period of performance for Option Period Four is Feb. 16, 2019, through Feb. 15, 2020, and there are no remaining option periods for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1755709/

  • Contract Awards by US Department of Defense - November 29, 2019

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

    Contract Awards by US Department of Defense - November 29, 2019

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $218,749,892 modification (P00006) exercising the first one-year option period of a one-year base contract (SPRPA1-20-F-CD01) with four one-year option periods for performance based logistics and engineering support for the V-22 platform. This is a firm-fixed-price requirements contract. Locations of performance are Texas and Pennsylvania, with a Nov. 30, 2020, performance completion date. Using customers are Navy, Air Force, Marine Corps and Foreign Military Sales to Japan. Type of appropriation is fiscal 2020 through 2021 Air Force, U.S. Special Operations Command, Navy and FMS appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. NAVY Raytheon Integrated Defense Systems, San Diego, California, is awarded a $74,726,993 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for design agent engineering services for networks and network user systems on operational landing platform/dock (LPD)-17 class amphibious transport dock ships. Work will be performed in San Diego, California (80%); Norfolk, Virginia (15%); Mayport, Florida (5%) and is expected to be complete by December 2024. Fiscal 2020 operations and maintenance, (Navy) funding in the amount of $689,680 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (1), only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by Part 6.302-1 of the Federal Acquisition Regulation. This contract was issued on a sole-source basis to Raytheon Integrated Defense Services. This requirement is for design agent engineering and technical services for the overall management, development, testing, troubleshooting, repair, configuration, maintenance and fleet sustainment of fielded networks and associated network user systems/clients on operational LPD 17-class amphibious transport dock ships. These services are in support of Naval Surface Warfare Center, Philadelphia Division, Code 52, which is responsible for the lifecycle in-service engineering agent support of mission critical interior communications data networks. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0001). W.R. Systems, Fairfax, Virginia, is awarded a modification to a previously awarded (N65236-19-D-8001) indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixed-price task orders, performance based contract. This single award contract (SAC) is currently in its first year with a Feb. 15, 2020, contract expiration date. This modification increases the basic contract estimated ceiling by $61,999,996, and changes the cumulative estimated value of the contract from $49,999,995, to $111,999,992. This SAC is for position, navigation and timing and geospatial information services support to naval ships and shore facilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2020. This SAC was previously procured competitively by full and open competition via the Naval Information Warfare Systems Command e-commerce central website and the Federal Business Opportunities website. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) and only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Center, Charleston, South Carolina, is the contracting activity. General Dynamics/Electric Boat, Groton, Connecticut (N66604-20-D-D001); Huntington Ingalls/Newport News Shipbuilding, Newport News, Virginia (N66604-20-D-D002); and Oceaneering International Inc., Chesapeake, Virginia (N66604-20-D-D003) are being awarded a $49,921,536 indefinite-delivery/indefinite-quantity (ID/IQ) multiple-award contract to fabricate submarine safety/Level 1 (SUBSAFE/L1) hardware, and provide technical and engineering services. For these base ID/IQ five-year contracts, funding will not be obligated at time of award; the $1,000 minimum guarantee will be executed on each awardee's initial task order. Work will be performed at the contractors' locations and minimally at government locations, and is expected to be completed by November 2024. This multiple-award contract was competitively procured with three acceptable offers received via the Federal Business Opportunities website. This requirement is to provide SUBSAFE/L1 (or related) hardware, systems engineering, technical analyses, mechanical and electrical design, manufacturing, installation, test and evaluation, maintenance and repair services required to support existing and future fleet programs. In accordance with 10 U.S. Code 2304(c)(1), only a limited number of responsible sources and no other supplies or services will satisfy the needs of the agency. This tasking was limited to those activities qualified to perform SUBSAFE work per the Naval Sea Systems Command Notice 5000, fiscal 2019 Navy working capital funds. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity. Washington State Community College District #3, Bremerton, Washington, is awarded a not-to-exceed $18,000,000 five-year indefinite-delivery/indefinite-quantity contract for educational services in support of the apprenticeship, helper and after-hours program, which pays for tuition, lab fees, math fees, tutoring services and assessment fees in an effort to provide customers with quality, timely and cost efficient maintenance, modernization, and technical and logistics support by maintaining a highly trained and skilled workforce. These services are in support of Puget Sound Naval Shipyard and Intermediate Facility in Bremerton, Washington. This contract does not include options. Work will be performed in Bremerton, Washington, and is expected to be complete by December 2024. No funding will be obligated at the time of award. In accordance with Federal Acquisition Regulations Part 15, this was a competitive procurement with one offer received via the Federal Business Opportunities website. Operations and maintenance (Navy) funding will be obligated at the task order level prior to each semester. This is a commercial service contract that was competed in accordance with Federal Acquisition Regulation Part 15. Only one proposal by the incumbent was received. The Puget Sound Naval Shipyard, Bremerton, Washington, is the contracting activity (N4523A20D1300). ARMY General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $9,164,584 cost-plus-fixed-fee contract to procure contractor field service representative support services for the warfighter. One bid was solicited with one bid received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $6,363,737 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0004). AIR FORCE Tunista Services LLC, Honolulu, Hawaii, has been awarded a $7,362,228 firm-fixed-priced contract modification (P00006) to previously awarded contract FA4855-18-C-0001 for continuation of operations, maintenance and support services at Melrose Air Force Range. The contract modification provides for the exercise of option year two procured under the basic contract. Work will be performed at Melrose, New Mexico, and work is expected to be completed by Nov. 30, 2020. The total cumulative face value of the contract is $22,676,639. Fiscal 2020 operations and maintenance funds in the amount of $7,362,228 are being obligated at the time of award. The 27th Special Operations Contracting Squadron, Cannon Air Force Base, New Mexico, is the contracting activity. https://www.defense.gov/Newsroom/Contracts/Contract/Article/2029052/source/GovDelivery/

Toutes les nouvelles