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

Contract Awards by US Department of Defense - December 4, 2018

NAVY

Astro Mechanical Contractors Inc.,* El Cajon, California (N62473-19-D-2416); Heffler Contracting Group,* El Cajon, California (N62473-19-D-2417); Public Works Contractor Inc., doing business as PWC Inc.,* Spring Valley, California (N62473-19-D-2418); Souza Construction Inc.,* Farmersville, California (N62473-19-D-2419); Ja'nus Ventilation and Mechanical Inc.,* Lakeside, California (N62473-19-D-2420); and Able Heating and Air Conditioning Inc.,* Chula Vista, California (N62473-19-D-2421), are each awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair by design-bid, of heating, ventilation, and air conditioning (HVAC) system projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including a two-year base period and one three-year option period for all six contracts combined is $200,000,000. The work to be performed provides for new construction, renovation, and repair within the North American Industry Classification System code 238220, by design-build, of HVAC system projects. Types of projects may include, but are not limited to: boiler/chiller plants; digital direct controls or energy management control system; HVAC equipment energy optimization; commissioning and retro commissioning; distribution systems including, supply and return air systems, ventilation and exhaust systems, steam, glycol, medical gas, refrigerant, heating hot water and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; energy supply including oil, gas, steam, heating hot and chilled water distribution systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing. Astro Mechanical Contractors Inc., is being awarded the initial project task order at $1,618,230 to repair HVAC system in H60 Simulator Facility, Naval Base Coronado (NBC) Building 352 at NBC, San Diego. Work for this task order is expected to be completed by Dec. 19, 2019. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $1,618,230 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 Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The NAVFAC Southwest, San Diego, California, is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $46,167,531 cost-plus-fixed- fee modification to a previously awarded contract (N00024-18-C-4321) for non-nuclear repair services required to support submarine maintenance. The services under this contract are for non-nuclear repair services required to support submarine overhauls, maintenance, repair and modernization upgrades; ship alterations, temporary modifications and field changes; supplies and/or ancillary services and corrective and preventative maintenance. Work will be performed in New London, Connecticut, and is expected to be completed by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $10,100,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Groton, Connecticut, is the contracting activity.

Rockwell Collins Government Systems, Cedar Rapids, Iowa, is awarded $10,815,536 for modification P00002 to a firm-fixed-price delivery order (N0042118F0891) against a previously issued basic ordering agreement (N00421-17-G-0003). This delivery order provides fiscal 2019 funding for the Modern Transmission Security and Tactical Secure Voice Suite B, Cryptographic Equipment Application integration for the ARC-210 RT-1939A(C), RT-1990A(C) and RT-2036(C) radios in support of multiple aircraft platforms. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,815,536 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $10,782,772 cost-plus-fixed-fee contract modification to previously awarded contract N00024-12-C-4323 for long lead time material procurement and management services for CG-65 and CG-69. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for lifetime support of both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be complete by August 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $10,782,772 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $7,078,327 firm-fixed-price modification to previously-awarded contract N00024-14-C-6227 to exercise options for the production of low-cost conformal arrays. Work will be performed in Liverpool, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent), and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $6,778,327; and 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. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

AAI Corp., doing business as Textron, Hunt Valley, Maryland, was awarded a $152,707,618 modification (P00080) to contract W911QY-17-C-0013 for logistics services. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 29, 2020. Fiscal 2019 other procurement, Army; and operations and maintenance, Army funds in the amount of $27,935,533 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $26,718,824 option (002620) to a previously awarded contract (FA8620-15-G-4040) for MQ-9 contractor logistics support phase three. The contractor will provide an additional period of contractor logistics support for the French Air Force. Work will be performed in Poway, California, and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to France. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contract activity.

General Electric (GE) Aviation, Cincinnati, Ohio, has been awarded an $11,116,525 firm-fixed-price contract for engineering and technical services in support of the following engines: F-16 F110-GE-100, A-10 TF-34, KC-135 F-108, B-1 F118, E-6B F108, T700-401C, J85-21B, F110, F16 C/D, F/A-18 and F110-GE-129. This contract provides for on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the GE Aviation equipment/systems to the level of self-sufficiency. Work will be performed at Buckley Air Force Base, Colorado; Baltimore, Maryland; Springfield, Illinois; Tinker AFB, Oklahoma; Naval Air Station North Island, California; Marine Corps Base Camp Pendleton, California; Isa Air Base, Bahrain; Cairo West AB, Egypt; Engine Depot, Israel; Ahmed al Jaber AB; Kuwait and Daegu AB, South Korea, and is expected to be completed by Dec. 31, 2020. This contract is the result of a sole-source acquisition. This contract involves 41.6 percent foreign military sales (FMS) to Israel; Egypt; Bahrain; South Korea, and Kuwait. Fiscal 2019 operations and maintenance funds in the amount of $5,000,000; and fiscal 2019 FMS funds in the amount of $1,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-19-D-8004).

L-3 Technologies Inc., Williamsport, Pennsylvania, has been awarded a $7,795,473 firm-fixed price requirements contract for E-3 sustainment. This contract provides for repair and overhaul of E-3 electron tubes. Work will be performed in Williamsport, Pennsylvania, and is expected to be completed by June 5, 2024. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Funds will be obligated upon issuance of delivery orders. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-19-D-0008).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

Yellowfin Transportation, Shawnee, Kansas (HE1254-19-D-2001), is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amount of $8,570,866. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven-month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018)

CG Logistics, Ridgeland, Mississippi (HE1254-19-D-2002); is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amounts of $8,848,772. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018)

WASHINGTON HEADQUARTERS SERVICES

NetCentrics Corp., Herndon, Virginia, was awarded an $8,156,810 time and material, labor-hours, and firm-fixed-price contract modification. The contract was to obtain Joint Service Provider information technology service delivery support services for Washington Headquarters Services (WHS); the Office of the Secretary of Defense; Pentagon Force Protection Agency; and the WHS-supported organizations. Work performance will take place in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $8,156,810 are being obligated on this award. The expected completion date is May 30, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0008). (Awarded Nov. 29, 2018)

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1705364/

Sur le même sujet

  • Aerospace Industrial Base Can’t Handle The Future: Mitchell Institute

    19 mai 2021 | International, Aérospatial

    Aerospace Industrial Base Can’t Handle The Future: Mitchell Institute

    The F-35 aside, the report recommends that the Air Force "resist future participation in any joint aircraft procurement or development programs."

  • Collins Aerospace Broadens Communication Capabilities for USAF U-2 Dragon Lady

    19 septembre 2019 | International, Aérospatial

    Collins Aerospace Broadens Communication Capabilities for USAF U-2 Dragon Lady

    Collins Aerospace Systems, a unit of United Technologies Corp. (NYSE: UTX), has been selected by the U.S. Air Force (USAF) to upgrade its fleet of U-2 Dragon Lady aircraft with HF-9087D High Frequency (HF) radios. With a primary mission of reconnaissance, the U-2 will gain the ability to securely transfer Command and Control (C2) data in real-time over HF while still maintaining reliable, clear voice communications beyond line of sight. “In contested environments, HF communications continue to be a reliable backbone to ensure mission success with a low operating cost,” said Troy Brunk, vice president and general manager, Communication, Navigation and Guidance Solutions for Collins Aerospace. “The U-2's upgraded HF will provide robust long-range digital communications capabilities to this platform.” Since 1933, Collins Aerospace has been a leader in HF technology. The company is a supplier of HF systems for the USAF's High Frequency Global Communications System (HFGCS) and provides HF communications on nearly all airlift, tanker and bomber assets used in the Department of Defense today. http://www.asdnews.com/news/defense/2019/09/17/collins-aerospace-broadens-communication-capabilities-usaf-u2-dragon-lady

  • Contract Awards by US Department of Defense - November 11, 2019

    11 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 11, 2019

    U.S. TRANSPORTATION COMMAND Seventeen companies have been awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts under the Worldwide Airlift Services Program, contracts with an estimated program value of $5,700,000,000: Air Center Helicopters, Burleson, Texas (HTC71120DR005); Berry Aviation Inc., San Marcos, Texas (HTC71120DR006); Bighorn Airways, Sheridan, Wyoming (HTC71120DR007); Careflight Ltd., Northmead, New South Wales, Australia (HTC71120DR009); CHI Aviation, Howell, Michigan (HTC71120DR010); Columbia Helicopters Inc., Aurora, Oregon (HTC71120DR011); Contour Aviation, Smyrna, Tennessee (HTC71120DR012); CSI Aviation Inc., Albuquerque, New Mexico (HTC71120DR013); East Coast Flight Services Inc., Easton, Maryland (HTC71120DR014); Erickson Helicopters Inc., Portland, Oregon (HTC71120DR015); Flightworks Inc., Kennesaw, Georgia (HTC71120DR016); Hillsboro Aviation, Hillsboro, Oregon (HTC71120DR017); Jet Logistics Inc., Charlotte, North Carolina (HTC71120DR018); Mountain Aviation Inc., Broomfield, Colorado (HTC71120DR019); Omni Air Transport, Tulsa, Oklahoma (HTC71120DR020); Phoenix Air Group Inc., Cartersville, Georgia (HTC71120DR021); and Rampart Aviation, Colorado Springs, Colorado (HTC71120DR022). This contract provides worldwide Federal Aviation Regulation (FAR) Part 135 airlift services utilizing fixed and/or rotary wing aircraft to transport Department of Defense (DoD) and other federal agency personnel and cargo for domestic and international shipments. Services shall be provided for DoD and other federal government agencies. Services required include aircrew, ground personnel, supplies, ancillary support services and equipment to perform dedicated and/or ad hoc FAR Part 135 or equivalent Civil Aviation Authority airlift operations (at both military and commercial airports/airfields/landing zones). Operations could include the movement of passengers and cargo (or combination thereof), air ambulance, medical evacuation, sling-load cargo operations, delivery of Class I-X supplies, and U.S. Mail and/or other like services. Work will be performed internationally and domestically, with an expected completion date of Nov. 11, 2024. Ordering may be centralized or decentralized and will be determined at the task order level. Funding is provided by multiple government agencies. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois. (Awarded Nov. 7, 2019) NAVY General Dynamics Mission Systems, Scottsdale, Arizona, is awarded a $731,876,547 cost-plus-award-fee and firm-fixed-price indefinite delivery/ indefinite quantity contract for Mobile User Objective System (MUOS) ground system sustainment. MUOS is a narrowband military satellite communications system that supports a worldwide, multiservice population of users, providing modern netcentric communications capabilities while supporting legacy terminals. Fiscal 2020-2029 weapons procurement (Navy); fiscal 2020-2029 research, development, test and evaluation (Navy); and fiscal 2020-2029 operation and maintenance (Navy) funding will be applied to task orders after the contract award. Contract funds will not expire at the end of the current fiscal year. Work will be performed in Scottsdale, Arizona (94%); Wahiawa, Hawaii (2%); San Diego, California (1%); Niscemi, Italy (1%); Chesapeake, Virginia (1%); and Geraldton, Australia (1%). Work is expected to be completed by November 2029. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1); only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0146). L3/Harris Technologies, Clifton, New Jersey, is awarded a $51,852,571 cost-plus-fixed-fee order (N0001920F0394) against a previously issued basic ordering agreement (N00019-16-G-0003). This order procures modifications to the AN/ALQ-214A(V)4 Integrated Defensive Electronic Countermeasures System. This order provides non-recurring engineering to develop, integrate, test and deliver software and firmware as well as all technical data. In addition, this order provides engineering and technical support for test efforts including correction of deficiencies discovered during testing in support of a Foreign Military Sales (FMS) customer. Work will be performed in Clifton, New Jersey, and is expected to be completed in November 2022. FMS funds for $9,000,000 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. BAE Systems Land & Armaments L.P., Sterling Heights, Michigan, is awarded a $27,100,050 modification to exercise an option for a fixed-price-incentive (firm target) contract line item number (CLIN) 4002 portion of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of other production costs, which includes program management, vehicle tooling, acceptance testing, and transportation, related to the low rate initial production Lot 3A Amphibious Combat Vehicles. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15 %); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), and is expected to be completed in January 2022. Fiscal 2020 procurement (Marine Corps) funds for $27,100,050 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract was based on full and open competition with the solicitation publicized on the Federal Business Opportunities website with five offers received. The option CLIN was included within that contract and is being exercised in accordance with Federal Acquisition Regulation 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006). Progeny Systems Corp,* Manassas, Virginia, is awarded a $9,653,476 fixed-price-incentive-firm target contract modification to previously awarded contract N00024-19-C-6201 to exercise options for Navy systems support. This effort will award the procurement of Navy equipment. Work will be performed in Manassas, Virginia (50%); and Charleroi, Pennsylvania (50%), and is expected to be completed by August 2021. Fiscal 2019 other procurement (Navy) funding for $9,653,476 will be obligated at time of award and funding will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY UTS Systems LLC,* Fort Walton Beach, Florida, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Location of performance is Florida, with a Nov. 7, 2020, performance completion date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1210). DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $15,751,977 firm-fixed-price contract for 43 separate parts in support of the Direct Support Electrical System Test Set and Next Generation Automated Test System. This contract 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 one-year option period. Location of performance is Alabama, with a Nov. 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Land, Warren, Michigan (SPRDL1-20-C-0005). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $11,318,767 firm-fixed-priced delivery order (SPRPA1-20-F-QM0P) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for aircraft movable canopies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year, four-month contract with no option periods. Location of performance is Missouri, with a March 20, 2025 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Knox County Association for Remarkable Citizens,** Vincennes, Indiana, has been awarded a maximum $9,351,147 modification (P00008) exercising the second one-year option of a one-year base contract (SPE1C1-18-D-N024) with two one-year option periods for the GEN III, Layer II, Mid-Weight Undershirt. This is a firm-fixed-price contract. Location of performance is Indiana, with a Nov. 12, 2020, performance completion date. Using services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $8,623,152 firm-fixed-price delivery order (SPRPA1-20-F-LW00) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for F/A-18 fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a Jan. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY General Dynamic Land Systems Inc., Sterling Heights, Michigan, was awarded a $34,873,995 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure Improved Fire Control Electronics Units. Bids were solicited via the internet with one received. Work will be performed in Tallahassee, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 procurement of weapons and tracked combat vehicles, Army funds in the amount of $2,245,559 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-F-0060). JSR Inc.,* Schertz, Texas, was awarded a $9,260,232 firm-fixed-price contract for renovation of Buildings 820 and 829. Bids were solicited via the internet with six received. Work will be performed in San Antonio, Texas, with an estimated completion date of May 22, 2021. Fiscal 2020 operations and maintenance funds in the amount of $9,260,232 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0004). AIR FORCE Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $32,134,563 modification (P00015) to the previously awarded cost-plus-fixed-fee task order FA8204-16-F-0020 for the Strategic Automated Command and Control System Replacement (SACCS-R). This modification is to definitize a change order and award the added scope for the Time Division Multiplexing to Internet Protocol (TDM-IP). This modification provides for TDM-IP to be implemented and develop a hardware solution to meet the OMNI sunset date using serial-to-IP Adapters to convert messages for transport over the Defense Information System Network. Work will be performed at Hill Air Force Base, Utah; Malmstrom AFB, Montana; Minot AFB, North Dakota; and F.E. Warren AFB, Wyoming, and is expected to be completed by July 31, 2023. The total cumulative face value of the contract is $52,706,639. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,440,888 will be obligated at the time of the award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity. Lockheed Martin Corp., Ft. Worth, Texas, has been awarded a $15,746,610 cost-plus-fixed-fee contract for Universal Armament Interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Ft. Worth, Texas, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $780,000 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. (FA8628-20-C-2266). Anduril Industries Inc., Irvine, California, has been awarded a $12,000,000 firm-fixed-price Small Business Innovative Research (SBIR) contract for Advanced Battle Management System Sensing Network. This contract provides for an Advanced Battle Management System prototype to process vast quantities of data from thousands of sources to be accessible anywhere. Work will be performed at Irvine, California, and is expected to be complete by July 31, 2021. This award is the result of a sole source acquisition, sequential SBIR Phase 2 contract. Fiscal 2019 research and development SBIR funding; and fiscal 2019 research and development Rapid Capability Office funding in the amount of $12,000,000 are being obligated at the time of award. The Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-9300). Quinn Construction, Rapid City, South Dakota (FA469020D0003); All American Contract Solutions, Rapid City, South Dakota (FA469020D0004); and Pedersen and Rangel, Spearfish, South Dakota (FA469020D0005), have each been awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a multiple award construction contract (MACC). This contract is a design-build, bid-build construction acquisition based on a general statement of work further defined with each individual task order. Work to be performed under the MACC will be the general construction category, to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork as well as industrial/office buildings on Ellsworth Air Force Base, South Dakota, including Military Family Housing. (NOTE: Extent of work to be accomplished under this contract concerning military family housing on Ellsworth AFB does not include normal maintenance, repair, painting heating, air conditioning, some mechanical, etc., which is covered under the Military Family Housing Maintenance contract). Work is to be completed as specified in each individual task order and the contract completion date is June 29, 2021. This award is the result of a competitive solicitation to small business HUB Zones, Service Disabled Veteran Owned Small Business, and concerns in the 8(a) program only and 11 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 28th Contracting Squadron, Ellsworth AFB, South Dakota, is the contracting activity. *Small Business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2012852/source/GovDelivery/

Toutes les nouvelles