29 août 2024 | International, C4ISR, Sécurité
Russian Hackers Exploit Safari and Chrome Flaws in High-Profile Cyberattack
Russian hackers exploit patched Safari and Chrome flaws in attacks on Mongolian government websites, targeting mobile users.
7 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
AIR FORCE
Northrop Grumman Amherst Systems, Buffalo, New York, has been awarded a $450,000,000 indefinite-delivery/indefinite-quantity contract for U.S. agencies (Air Force, Navy, etc.); and Foreign Military Sales countries for Joint Threat Emitter production end-items, spares, support equipment, testing, training, etc. Work will be performed in Buffalo, New York, and various contiguous U.S. and outside the continental U.S. locations, and is expected to be completed by Dec. 5, 2025. This contract involves foreign military sales to U.S. partner countries. This award is the result of a competitive acquisition and one offer was received. Fiscal 2018 other procurement funds in the amount of $9,150,318 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-19-D-0001).
The Boeing Co., Seattle, Washington, has been awarded a $158,950,309 firm-fixed-price modification (P00003) to contract FA8609-18-F-0006 for one KC-46A Japan aircraft. This modification provides for the exercise of an option for an additional quantity of one aircraft being produced under the basic contract. Work will be performed in Seattle and is expected to be completed by June 30, 2021. This modification involves foreign military sales to Japan. Total cumulative face value of the contract is $449,375,855. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
The Boeing Co., Oklahoma City, Oklahoma, has been awarded a sustainment order (FA8134-19-F-0001) with an estimated amount of $75,000,000 to previously awarded indefinite-delivery/indefinite-quantity contract FA8106-16-D-0002 for E-4B sustainment support. The order will provide contractor logistic support services. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska, and San Antonio, Texas, with an expected completion date of Nov. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $57,188,079 are obligated at time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. (Awarded Nov. 30, 2018)
Dayton Power and Light Co., Dayton, Ohio, has been awarded a $28,179,453 modification (P00001) to contract FA8601-18-C-0010 to exercise Option One for electricity services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 31, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio is the contracting activity.
Raytheon Co., Marlborough, Massachusetts, has been awarded a $10,722,437, cost-plus-fixed-fee contract for the Force Element Terminal Risk Reduction effort. The contract will deliver risk reduction studies, analyses, and demonstrations related to Raytheon's Advanced Extremely High Frequency Airborne Military Satellite Communication product line. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by Aug. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $3,959,991 are being obligated at the time of award. Air Force Life Cycle Management Center, Hansom Air Force Base, Massachusetts, is the contracting activity (FA8705-19-C-0005).
The Boeing Co., El Segundo, California, has been awarded a $10,361,265 modification (P00034) to contract FA8823-15-C-0002 for services required to ensure continued Wideband Global Satellite Communication operations and logistics sustainment support. The contract modification is for the exercise of Option Period Four. Work will be performed at Schriever Air Force Base, Colorado; El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed Dec. 31, 2019. Fiscal 2019 operations and maintenance funds in the amount of $10,361,265 will be obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.
Cloud Lake Technology, Herndon, Virginia, has been awarded an $8,875,620 modification (P00012) to contract FA8075-17-C-0002 for Information Analysis Center Program Management Office (IAC PMO) support. IAC PMO support services provides program management analysis, acquisition management, operations analysis, financial analysis, process improvement, strategic communications and performance measurement support. This modification provides for the exercise of an option for additional services under the basic contract, and brings the total cumulative face value of the contract to $21,870,362. Work will be performed at Fort Belvoir, Virginia, and is expected to be completed by March 31, 2020. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $2,904,150 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity.
CORRECTION: The Nov. 14, 2018, announcement that Kaman Precision Products Inc., Orlando, Florida; and Middletown, Connecticut, was awarded a $52,026,000 firm-fixed-price modification (P00009) to contract FA8681-18-C-0009 for Joint Programmable Fuzes was incorrect. The contract was actually awarded Dec. 3, 2018.
ARMY
General Dynamics - Ordnance and Tactical Systems, Garland, Texas, was awarded a $264,767,596 firm-fixed-price contract for MK80 and BLU-109 Tritonal bomb components. Bids were solicited with one received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0015).
RIPTIDE Software Inc.,* Oviedo, Florida, was awarded a $103,221,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price) contract for the OneSAF system. Bids were solicited with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 5, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0003).
L3 Communications Security and Detection Systems, Woburn, Massachusetts, was awarded an $83,942,786 firm-fixed-price contract for manufacturing, delivering and supporting the AN/PSS-14. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 20, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0001).
General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $58,088,134 firm-fixed-price contract for procurement of expedited active protection systems mounting kits and ballast kits to support the Abrams M1A2 battle tank. One bid was solicited with one bid received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of June 30, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $12,739,706 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0038).
Weeks Marine Inc., Covington, Louisiana, was awarded a $12,787,500 firm-fixed-price contract for dredging. Bids were solicited with one received. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of May 26, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $12,787,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0010).
Tetra Tech-Maytag Aircraft Corp. J, Pasadena, California, was awarded a $9,043,009 modification (P00002) to contract W912DY-18-F-0056 for maintenance and repair of equipment. Work will be performed in Twenty Nine Palms, California; Bremerton, Washington; Barstow, California; Ridgecrest, California; El Centro, California; Fallon, Nevada; Lemoore, California; Port Orchard, Washington; Coronado, California; San Diego, California; Arlington, Washington; Everett, Washington; Bridgeport, California; Oceanside, California; Naval Air Station Point Mugu, California; Oak Harbor, Washington; San Clemente Island, California; San Nicholas Island, California; and Yuma, Arizona, with an estimated completion date of Dec. 30, 2019. Fiscal 2019 Defense Working Capital funds in the amount of $9,043,009 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.
Broadway Electric Inc.,* Elk Grove Village, Illinois, was awarded a $7,173,000 firm-fixed-price contract for removing generators, paralleling switchgear, and replacing feeders. Bids were solicited with three received. Work will be performed in Battle Creek, Michigan, with an estimated completion date of Dec. 18, 2019. Fiscal 2015, 2018 and 2019 Economy Act Reimbursable funds in the amount of $7,173,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-19-C-0002).
Eastman Aggregate Enterprises LLC,* Lake Worth, Florida, was awarded a $7,864,771 firm-fixed-price contract for flood control and coastal emergency beach erosion control. Bids were solicited with two received. Work will be performed in Broward County, Florida, with an estimated completion date of April 29, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $7,864,771 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0006).
NAVY
BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $140,354,780 modification to exercise options for the fixed-price-incentive (firm target) Contract Line Item Numbers (CLIN) 3001, 3002, and 3003 portions of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of 30 Amphibious Combat Vehicles and associated production, fielding and support costs. Work will be performed in York, Pennsylvania (85 percent); and Aiken, South Carolina (15 percent), and is expected to be completed in August 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $140,354,780 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website. The option CLINs were included within that contract and are being exercised in accordance with FAR 52.217-7 option for increased quantity-separately priced line item. The U.S. Marine Corps' Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).
Emprise Corp. LLC, Ledyard, Connecticut, was awarded a $96,470,026 firm-fixed-price level of effort with a five-year ordering period for Shipboard Automated Maintenance Management Systems (SAMM). Engineering services in this contract will assist Military Sealift Command (MSC) afloat and ashore operations. The engineering maintenance management systems consist of both afloat and ashore systems with various modules and functions that work together to optimize MSC maintenance programs. SAMM is required for shipboard personnel to document maintenance performed on MSC vessels and record daily machinery operational data. The system also provides a consistent maintenance plan for the MSC fleet. This engineering system is a recurring requirement, which will allow MSC to continuously achieve interoperability and maintain and sustain fleet operations. Work will be performed in Norfolk, Virginia, and work is expected to be completed Dec. 9, 2023. This contract will be funded with Fiscal 2018 working capital funds (Navy and U.S. Transportation Command) funds in the amount of $10,000,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, having one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D1001). (Awarded Dec. 5, 2018)
BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded a $78,847,897 firm-fixed-price contract for the execution of the USS Shoup (DDG 86) fiscal 2019 Depot Modernization Period Availability (DMP). This availability will include a combination of maintenance, modernization and repair of USS Shoup. This is a Chief of Naval Operations-scheduled DMP. The purpose is to maintain, modernize and repair USS Shoup. This is a “long-term” availability and was competed on a coastwide (west coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization for USS Shoup. This contract includes options which, if exercised, would bring the cumulative value of this contract to $87,672,675. Work will be performed in San Diego, California, and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $59,836,401; and fiscal 2019 other procurement (Navy) funding in the amount of $19,011,496 will be obligated at time of award, and $59,836,400 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation N00024-18-R-4407. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407). (Awarded Dec. 3, 2018)
L-3 Communications Vertex Aerospace LLC., Madison, Mississippi, was awarded a $21,845,138 modification (P00035) to a previously awarded firm-fixed-price, cost-reimbursable, labor hour, indefinite-delivery, indefinite-quantity contract (N00019-13-D-0007). This modification increases the ceiling and extends the period of performance to provide contractor logistics services and materials for organizational and depot-level services required to support and maintain the TH-57 fleet. Work will be performed in Milton, Florida, and is expected to be completed in January 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.
Teledyne Wireless LLC, a Teledyne Microwave Solutions Company, Rancho Cordova, California, is awarded an $8,243,062 firm-fixed-price, cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract in support of evaluation, minor repair and manufacture of 10kW traveling wave tubes; manufacture of 13kW traveling wave tubes; government-furnished equipment maintenance for traveling wave tubes; and incidental engineering services. Work will be performed in Rancho Cordova, California, and is expected to be completed by November 2023. This work is to support subcomponents of the Aegis Combat System. The traveling wave tube design was developed by Teledyne Wireless LLC, who has proprietary design rights for the 10kW and 13kW traveling wave tubes. Fiscal 2018 other procurement (Navy) funding in the amount of $196,276 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 Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP83).
Black Construction/Mace International JV, Harmon, Guam, is awarded firm-fixed-price task order N4008419F4086 for $27,350,842 under a multiple award construction contract for the design build repair of Unaccompanied Personnel Housing (UPH) -13 and UPH-17 at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for repairs to the building components and utility systems which are old and increasingly deteriorated. The work will also address life safety and energy deficiencies which have begun to generate intensive maintenance and reliability concerns. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by August 2023. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $27,350,842 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N40084-18-D-0066).
DEFENSE LOGISTICS AGENCY
Creation Gardens Inc.,* Louisville, Kentucky, has been awarded a maximum $49,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 36-month contract with no option periods. Locations of performance are Kentucky and Indiana, with a Dec. 4, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P344).
Heart and Core LLC, Minnetonka, Minnesota, has been awarded a maximum $7,920,000 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-1018) with four one-year option periods for moisture wicking T-shirts. This is an indefinite-delivery contract. Locations of performance are California and Minnesota, with a Dec. 15, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
*Small business
https://dod.defense.gov/News/Contracts/Contract-View/Article/1707044/
29 août 2024 | International, C4ISR, Sécurité
Russian hackers exploit patched Safari and Chrome flaws in attacks on Mongolian government websites, targeting mobile users.
13 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $225,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-138 engine and component depot repair. This contract provides the Air Force with the depot repair support required for the F-138 engine and components. Work will be performed at Richmond, British Columbia, and is expected to be completed by Feb. 11, 2030. This award is the result of a competitive acquisition. Fiscal 2020 operations and maintenance funds in the amount of below $1,118,975 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0004). The Victor Group, San Antonio, Texas, has been awarded a $10,564,430 modification (P00016) to previously-awarded contract FA8052-18-C-0010 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Dover Air Force Base (AFB), Delaware; Hanscom AFB, Massachusetts; Andrews AFB, Maryland; Bolling AFB, Washington, District of Columbia; Wright-Patterson AFB, Ohio; Langley AFB, Virginia; Scott AFB, Illinois; Whiteman AFB, Missouri; Seymour Johnson AFB, North Carolina; Minot AFB, North Dakota; and Grand Forks AFB, North Dakota, and is expected to be completed Feb. 13 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,564,430 will be obligated at the time of award. The total cumulative value of this contract including Option One is $24,234,322. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Main Building Maintenance Inc., San Antonio, Texas, has been awarded a $10,400,074 modification (P00015) to contract FA8052-18-C-0006 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at the Air Force Academy, Colorado; Buckley Air Force Base (AFB), Colorado; Peterson AFB, Colorado; Schriever AFB, Colorado; Beale AFB, California; Eielson AFB, Alaska; Elmendorf AFB, Alaska; Fairchild AFB, Alaska; Ellsworth AFB, South Dakota; FE Warren AFB, Wyoming; Hill AFB, Utah; Malmstrom AFB, Montana; McConnell AFB, Kansas; Mountain Home AFB, Idaho; Nellis AFB, Nevada; and Offutt AFB, Nebraska, and is expected to be completed on Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,400,074 will be obligated at time of award. The total cumulative value for this contract, not including Option One, is $9,677,258. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Titan Facility Services LLC, Gilbert, Arizona, has been awarded a $10,012,679 modification (P00019) to contract FA8052-18-C-0009 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Little Rock Air Force Base (AFB), Arkansas; Barksdale AFB, Louisiana; Keesler AFB, Mississippi; Eglin AFB, Florida; Hurlburt Field AFB, Florida; MacDill AFB, Florida; Tyndall AFB, Florida; Patrick AFB, Florida; Charleston AFB, South Carolina; Shaw AFB, South Carolina; Moody AFB, Georgia; Robins AFB, Georgia; Columbus AFB, Mississippi; Altus AFB, Oklahoma; Tinker AFB, Oklahoma; and Vance AFB, Oklahoma, and is expected to be completed Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,012,679 will be obligated at the time of award. The total cumulative value of this contract including Option One is $19,858,371. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. TFOM HHS Group JV, Austin, Texas, has been awarded a $9,843,221 modification (P00010) to contract FA8052-19-C-A002 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Cannon Air Force Base (AFB), New Mexico; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; Davis-Monthan AFB, Arizona; Luke AFB, Arizona; Dyess AFB, Texas; Goodfellow AFB, Texas; Lackland AFB, Texas; Laughlin AFB, Texas; Randolph AFB, Texas; Sheppard AFB, Texas; Los Angeles AFB, California; Edwards AFB, California; and Vandenberg AFB, California, and is expected to be completed by Feb. 13, 2021. Fiscal 2020 operations and maintenance funds for $9,843,221 will be obligated at time of award. The total cumulative value of this contract, including Option One is $18,784,172. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. NAVY Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $40,000,000 cost-plus-incentive-fee and cost-only modification to a previously-awarded delivery order N00024-19-F-6201 under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for the design, prototyping and qualification testing for electronic warfare systems equipment. This effort will award the design of Navy equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding for $8,207,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $35,874,452 firm-fixed-price modification to a previously-awarded contract (N00024-18-C-5432) for over-the-horizon weapon systems. Under this contract, Raytheon Co., Missile Systems, will manufacture and deliver over-the-horizon weapon systems that consist of encanistered missiles (EM) loaded into launching mechanisms (LM) and a single fire control suite (FCS). This contract consists of firm-fixed-price EMs (tactical, telemetered and inert operational); FCSs; LMs; mission support equipment; training equipment and courses; cost-plus-fixed-fee engineering services; and cost-only travel and other direct costs. Work will be performed in Kongsberg, Norway (75%); Tucson, Arizona (15%); Schrobenhausen, Germany (4%); Raufoss, Norway (3%); McKinney, Texas (2%); and Louisville, Kentucky (1%), and is expected to be completed by February 2022. Fiscal 2020 weapon procurement (Navy) for $34,369,290 (95.8%); and other procurement (Navy) for $1,505,162 (4.2%), 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 Navy Yard, Washington, District of Columbia, is the contracting activity. Childs Engineering Corp.,* Bellingham, Massachusetts, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for underwater and above-water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations; underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S. but also worldwide to include Florida (15%); Connecticut (10%); Georgia (10%); Massachusetts (10%); Maine (10%); New Hampshire (10%); New Jersey (10%); Pennsylvania (10%); Rhode Island (10%); Illinois (2%); Puerto Rico and U.S. Virgin Islands (1%); South Carolina (1%); and Tennessee (1%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2207). Marine Solutions Inc.,* Nicholasville, Kentucky, is awarded as a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in Mid-Atlantic region including Maryland (40%); Virginia (40%); and Washington, District of Columbia (20%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2208). Lloyd Collins JV, Houston, Texas, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in various states to include Florida (28%); California (25%); Hawaii (25%); Texas (15%); Louisiana (5%); and Mississippi (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with six proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2209). Appledore Marine Engineering LLC,* Portsmouth, New Hampshire, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build request for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; and construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Northwest states and all Pacific U.S. territories including Washington state (80%); Alaska and American Pacific territories (18%); and Oregon (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with seven proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2210). Jacobs Government Services Co., Irvine, California, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations outside of the continental U.S. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities worldwide. The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2211). Client Solution Architects LLC, Mechanicsburg, Pennsylvania, is awarded a $7,560,402 modification to a previously-awarded cost-plus-fixed-fee task order issued by the Naval Information Warfare Systems Command. This modification increases the value of the basic contract by $7,560,402; the contract's new total value is $26,964,672. This modification provides for the exercise of a cost-plus-fixed-fee option for an additional year of acquisition management, program management and integrated logistics support services for the Undersea Communications and Integration Program Office. Fiscal 2020 operations and maintenance, Navy (O&M, N); research, development, test and evaluation (Navy); and other procurement (Navy) funds for $1,530,328 will be obligated at the time of award. O&M, N funds for $374,000 will expire at the end of the fiscal year. Work will be performed in San Diego, California, and is expected to be completed by February 2021. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-17-F-3001). DEFENSE LOGISTICS AGENCY Carter Industries,* Olive Hill, Kentucky, has been awarded a maximum $30,294,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men's and women's sage-green flyer coveralls. This was a competitive acquisition with one response received. This is an 18-month base contract with two one-year option periods. Location of performance is Kentucky, with an Aug. 11, 2021, performance completion date. Using customer is Air Force and Navy. 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-1238). ARMY Bencor Global Inc., Frisco, Texas, was awarded a $24,500,000 modification (P00031) to contract W911WN-14-C-0002 for work related to East Branch Dam Cutoff Wall. Work will be performed in Wilcox, Pennsylvania, with an estimated completion date of Dec. 7, 2020. Fiscal 2020 funds in the amount of $24,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity. Crosby Dredging LLC, Galliano, Louisiana, was awarded a $12,492,900 firm-fixed-price contract to dredge and remove approximately 1.3 million cubic yards of shoal material from the Turning and Anchorage Basin in the Sabine Neches Waterway. Bids were solicited via the internet with five received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Aug. 11, 2020. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0004). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2082835/source/GovDelivery/
31 mars 2021 | International, Aérospatial
One of the bidders in the F-15EX propulsion competition thinks the U.S. Air Force’s plan to buy 144 aircraft is only the beginning.