6 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - February 05, 2020

NAVY

Leidos Inc., Reston, Virginia, is awarded an estimated $7,729,639,286 indefinite-delivery/indefinite-quantity contract to include all options, if exercised, for the procurement of Department of Navy (DoN) service management, integration and transport used on the Navy Marine Corps Intranet, the outside continental U.S. Naval Enterprise Network and the Marine Corps Enterprise Network. This acquisition will provide the DoN with base network services that are currently provided under the Next Generation Enterprise Networks contract such as electronic software delivery, end user core build, endpoint detection, logistics management, network operations, security operations, service desk, transport and virtualization services. Work will be performed across the DoN and is expected to be completed in February 2025. If all options are exercised, work could continue until August 2028. The first task order will be awarded with the basic contract and fulfills the minimum guarantee of $10 million with fiscal 2020 operations and maintenance (Navy) funds. Contract funds for the initial task order will expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Naval Information Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0054) and awarded the contract on behalf of the Navy's Program Executive Office for Enterprise Information Systems.

Advanced Acoustic Concepts LLC, Hauppauge, New York (N00024-20-D-6321); Aerostar Technical Solutions Inc.,* Arlington, Virginia (N00024-20-D-6322); Arete Associates,* Tucson, Arizona (N00024-20-D-6324); Austal USA LLC, Mobile, Alabama (N00024-20-D-6325); Azimuth Inc.,* Morgantown, West Virginia (N00024-20-D-6326); BAE Systems Electronic Systems, Nashua, New Hampshire (N00024-20-D-6327); BMT Designers & Planners Inc., Alexandria, Virginia (N00024-20-D-6328); Continental Tide Defense Systems Inc.,* Reading, Pennsylvania (N00024-20-D-6329); The Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (N00024-20-D-6330); General Dynamics Mission Systems Inc., Fairfax, Virginia (N00024-20-D-6331); Gibbs & Cox, Inc.,* Arlington, Virginia (N00024-20-D-6332); Gravois Aluminum Boats LLC, doing business as Metal Shark,* Jeanerette, Louisiana (N00024-20-D-6333); HII Fleet Support Group LLC, Virginia Beach, Virginia (N00024-20-D-6334); Hydroid Inc., Pocasset, Massachusetts (N00024-20-D-6335); ICI Services Corp.,* Virginia Beach, Virginia (N00024-20-D-6361); L-3 Unidyne Inc., Norfolk, Virginia (N00024-20-D-6336); Leidos Inc., Reston, Virginia (N00024-20-D-6337); Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey (N00024-20-D-6338); Maritime Applied Physics Corp.,* Baltimore, Maryland (N00024-20-D-6339); Micro Systems Inc., subsidiary Kratos-MSI, Fort Walton Beach, Florida (N00024-20-D-6340); Northrop Grumman Systems Corp., Bethpage, New York (N00024-20-D-6341); Oasis Systems LLC,* Rockville, Maryland (N00024-20-D-6342); Oceaneering International Inc., Hanover, Maryland (N00024-20-D-6343); Peraton Inc., Herndon, Virginia (N00024-20-D-6344); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N00024-20-D-6345); Raytheon Co., Portsmouth, Rhode Island (N00024-20-D-6346); Reliable Systems Services Corp.,* Melbourne, Florida (N00024-20-D-6347); Rolls-Royce Marine North America Inc., Walpole, Massachusetts (N00024-20-D-6348); Science Applications International Corp., Reston, Virginia (N00024-20-D-6349); System Engineering Associates Corp.,* Middletown, Rhode Island (N00024-20-D-6350); Sedna Digital Solutions LLC,* Manassas, Virginia (N00024-20-D-6351); Serco Inc., New London, Connecticut (N00024-20-D-6323); Spatial Integrated Systems Inc.,* Virginia Beach, Virginia (N00024-20-D-6352); Teledyne Brown Engineering Inc., Huntsville, Alabama (N00024-20-D-6353); AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland (N00024-20-D-6354); The Boeing Co., St. Louis, Missouri (N00024-20-D-6355); The Columbia Group Inc.,* Washington, District of Columbia (N00024-20-D-6356); Tridentis LLC,* Alexandria, Virginia (N00024-20-D-6357); Ultra Electronics Ocean Systems (UEOS), Braintree, Massachusetts (N00024-20-D-6358); and W R Systems Ltd.,* Norfolk, Virginia (N00024-20-D-6360), are awarded a firm-fixed-price, fixed-price-incentive-firm-target, cost-plus-incentive-fee, cost-plus-fixed-fee and cost only indefinite-delivery/indefinite-quantity, multiple award contract (IDIQ-MAC) to support the Unmanned Surface Vehicle Family of Systems. The IDIQ-MACs have a five-year base period and one five-year ordering period option, which, if exercised, would bring the cumulative value of this contract to $982,100,000. These businesses will have the opportunity to compete in the awarded functional area for individual delivery orders. Work will be performed in various locations in the contiguous U.S. in accordance with each delivery order and work is expected to be completed by February 2025, and if the one option is exercised, completed by February 2030. Fiscal 2019 research, development, test and evaluation funding in the amount of $1,000 ($40,000 total) is being obligated under each contract's initial delivery order and will expire at the end of the current fiscal year. These contracts were competitively procured via Federal Business Opportunities with 42 offers received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

GE Aviation Systems LLC, doing business as GE Aviation, Vandalia, Ohio, is awarded $26,583,200 for a firm-fixed-priced delivery order N00383-20-F-AK01 under previously awarded basic ordering agreement N00383-17-G-AK01 for the procurement of 101 generator converter units used on the F/A-18 aircraft. All work will be performed in Vandalia, Ohio, and will be completed by January 2025. Fiscal 2020 working capital funds (Navy) in the amount of $26,583,200 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

The Oak Group Inc.,* Camden, New Jersey, is awarded a firm-fixed-price task order N40085-20-F-4527 for $15,974,500, under a firm-fixed-price multiple award construction contract for the design and construction of a Marine Corps Reserve Center in Syracuse, New York. This project is to design and construct a new Marine Corps Reserve Center, as well as a new high-bay pre-engineered metal building storage warehouse, and a new pre-engineered canopy/shelter addition for tactical vehicle parking. The facility will contain a drill hall space, classrooms, open and private office spaces, an armory, a supply warehouse, a gym with adjacent locker and shower spaces, various training areas and a medical suite. This project consists of demolition of existing structures and site features, new building construction, paving/parking areas, access roads, utilities infrastructure work, comprehensive site improvements including storm water management and security improvements including fencing. Work will be performed in Syracuse, New York, and is expected to be completed by August 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $15,974,500 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 three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-5038).

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $7,813,986 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-5200 to exercise options to perform services for evaluation, implementation, proofing of equipment changes, related engineering services and repairs, modifications/alternations and government furnished equipment repair and maintenance in support of Cooperative Engagement Capability “Bravo” equipment. Work will be performed in Largo, Florida, and is expected to be completed by December 2020. Fiscal 2020 operation and maintenance (Navy); and fiscal 2018 aircraft procurement (Navy) funding in the amount of $641,028 will be obligated at time of award and funding in the amount of $641,028 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY

Aptim Federal Services LLC,* Alexandria, Virginia, was awarded an $80,000,000 cost-plus-fixed-fee, firm-fixed-price contract for environmental remediation services and response actions in support of the U.S. Army Corps of Engineers, Omaha District. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 4, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0022).

Social Services Missouri Department, Jefferson City, Missouri, was awarded a $16,399,172 firm-fixed-price contract for food service at Fort Leonard Wood, Missouri. Bids were solicited via the internet with one received. Work will be performed at Fort Leonard Wood, with an estimated completion date of Aug. 5, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $16,399,172 were obligated at the time of the award. Fort Leonard Wood, Missouri, is the contracting activity (W911S7-20-C-0002).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2075679/source/GovDelivery/

Sur le même sujet

  • US Army aims to complete multidomain task force structure by FY28

    18 avril 2024 | International, C4ISR

    US Army aims to complete multidomain task force structure by FY28

    The service is planning to station its 5th Multidomain Task Force at Fort Liberty, North Carolina, and will complete formation all five MDTF units by FY28.

  • Contract Awards by US Department of Defense - June 25, 2019

    26 juin 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - June 25, 2019

    ARMY Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $91,291,064 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to provide engineering and other support services for all versions of the H-60 Blackhawk. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0079). DynCorp International LLC, Fort Worth, Texas, was awarded a $12,337,211 modification (P00034) to contract W58RGZ-17-C-0011 for modification of five C-12R aircraft to a C-12V. Work will be performed in Fort Worth, Texas, with an estimated completion date of May 31, 2023. Fiscal 2019 aircraft procurement, Army funds in the amount of $12,337,211 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MCR Federal LLC,* McLean, Virginia, was awarded an $8,135,050 modification (0001 20) to contract W31P4Q-16-A-0016 for technical engineering support services. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of June 29, 2020. Fiscal 2019 foreign military sales admin and other procurement, Army funds in the amount of $8,135,050 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Leidos Inc., Reston, Virginia, is awarded a $62,975,474 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services to meet fleet requirements for Synthetic Signature Generation based training systems. This contract will provide scientific, engineering, and technical services required for the design, development, fabrication, integration, test, fleet implementation and maintenance. Work will be performed in Bethesda, Maryland, and is expected to be complete by December 2022. Fiscal 2019 other procurement (Navy), fiscal 2017 shipbuilding and conversion (Navy), and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $10,762,779 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0004). L3 Systems Co., Camden, New Jersey, is awarded an estimated $41,518,454 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus fixed-fee contract. The Battle Force Tactical Network program requires the procurement and integration of commercial, off-the-shelf (COTS) high frequency internet protocol and subnet relay hardware, COTS software and government off-the-shelf software into a specified configuration for the Program Executive Office Command, Control, Communications, Computers and Intelligence. This contract has a five-year ordering period up to the contract award amount. There are no options. Work will be performed in Camden, New Jersey, and work is expected to be completed by June 2024. No funding is being placed on contract and obligated at the time of award. Contract actions will be issued and funds obligated as individual delivery orders. This contract was competitively procured as a full and open competition with proposals solicited via the Federal Business Opportunities website, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0035). Wyle Laboratories Inc. (aka, KBRwyle), Huntsville, Alabama, is awarded a $41,081,160 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering, technical, operational, test and logistics services in support of the Naval Air Warfare Center Aircraft Division's (NAWCAD's) Surface/Aviation Interoperability Laboratory. In addition, this contract provides for facilities testing and laboratory equipment, installed avionics and ship-combat systems maintenance. Work will be performed at NAWCAD, Patuxent River, Maryland, and is expected to be completed in July 2024. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0070). Gilbane Federal, Concord, California, is awarded a $31,683,336 firm-fixed-price contract for unaccompanied enlisted housing at the Naval Base Guam. Buildings 5, 6, 18 and 20, will undergo conversion and alteration of each structure to house double-occupancy, permanent-party housing units and building common areas including multipurpose spaces, shared kitchens, vending areas, shared laundries and other miscellaneous support spaces. This project will also include the full renovation of the second floor existing double-occupancy permanent-party housing units in Building 18. The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $32,966,436. Work will be performed in Joint Region Marianas, Guam, and is expected to be completed by October 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $31,683,336 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 four proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1310). BAE Systems Land & Armaments L.P., Louisville, Kentucky, is awarded $14,134,492 for a firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-19-C-0004 for one overhauled/upgraded MK45 Mod 4 gun mount, and their associated components. The 5-inch MK 45 light weight gun mount system provides an effective weapon for anti-surface, naval surface fire support, and anti-air warfare missions, and is installed aboard DDG- 51 and CG-47 class ships. This contract is to provide all necessary material and services required to overhaul and upgrade MK 45 gun mounts to support AEGIS Modernization and Arleigh Burke new construction requirements. Work will be performed in Louisville, Kentucky, and is expected to be complete by October 2023. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,134,492 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AIR FORCE Innovative Technologies International Inc., Lynchburg, Virginia, has been awarded a $7,000,000 indefinite-delivery/indefinite-quantity contract for Katana Hardware Fabrication effort. The contract provides for concept design analysis and advanced fabrication capabilities to rapidly manufacture products meeting specific characteristics through a partnering arrangement by fulfilling research, development, test and evaluation requirements for Eglin Air Force Base, Florida, with organization-specific tasks. Work will be performed at Lynchburg, Virginia, and is expected to be completed by June 25, 2024. This contract is the result of a sole source award. Fiscal 2018 research and development funds in the amount of $24,897.00 are being obligated at the time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity, Eglin AFB, Florida (FA8651-19). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1887115/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 22, 2019

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

    Contract Awards by US Department of Defense - February 22, 2019

    AIR FORCE Aleut Field Services LLC, Colorado Springs, Colorado (FA2550-19-D-A001); MedVolt LLC, Colorado Springs, Colorado (FA2550-19-D-A002); Olgoonik Enterprises LLC, Colorado Springs, Colorado (FA2550-19-D-A003); Site Work Solutions, Denver, Colorado (FA2550-19-D-A004); Sky Blue RME JV LLC (a Joint Venture comprised of Sky Blue Builders, LLC and Rocky Mountain Excavating Inc.), Aurora, Colorado (FA2550-19-D-A005); and T1-Avery JV (a Joint Venture comprised of Tribal One Broadband Technologies LLC and Avery Asphalt Inc.), Centennial, Colorado (FA2550-19-D-A006), have each been awarded indefinite-delivery/indefinite-quantity firm-fixed-price contracts. The aggregate maximum amount for all six contracts is $200,000,000 with the companies having an opportunity to compete for individual orders. These contracts provide for construction and maintenance of roadways, bridges, sidewalks, parking areas, airfields and runways to include subsequent services which are typical activities that promote safe and efficient transportation. Work will be performed at various locations in Colorado to include Buckley Air Force Base, Cheyenne Mountain Air Force Station, Fort Carson Army Post (to include Piñon Canyon and the Pueblo Chemical Depot), Peterson Air Force Base, Schriever Air Force Base, and the U.S. Air Force Academy (to include the Farish Memorial Recreation Area, and the Bulls Eye Auxiliary Airfield). Work is expected to be complete by March 2026. No funds are being obligated at time of award. These contracts were the result of a competitive acquisition and fourteen offers were received. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity. Cyber Systems & Services Solutions, Bellevue, Nebraska, has been awarded a $17,436,173 firm-fixed-price and cost-plus-fixed-fee modification (P0007) to contract FA8773-18-D-0002 to exercise Option I for Defensive Cyber Realization, Integration, and Operational Support services. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be complete by Feb. 29, 2020. This modification is the result of a competitive acquisition and seven offers were received. Fiscal 2019 operations and maintenance funds in the amount of $9,244,750 are being obligated at the time of award. The 38th Contracting Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. ARMY Radiance Technologies Inc.,* Huntsville, Alabama, was awarded a $77,376,456 cost-plus-fixed-fee contract for system engineering technical and assistance services, space and cyberspace science and technology development support. Twenty-three bids were solicited with two bids received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Feb. 27, 2024. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,349,818 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0016). CK Power, St. Louis, Missouri,* was awarded a $23,426,448 firm-fixed-price contract for auxiliary power unit kits for the assembly of M8E1 Chemical and Biological Protective Shelters at Pine Bluff Arsenal, Arkansas. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 21, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3011). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $10,718,591 firm-fixed-price contract for construction of a 12-story flight control tower. Bids were solicited via the internet with two received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Aug. 25, 2020. Fiscal 2015 and 2018 military construction funds in the amount of $10,718,591 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3003). Weeks Marine Inc., Covington, Louisiana, was awarded a $9,900,000 modification (P00001) to contract W912P8-19-C-0010 for Mississippi River Southwest Pass maintenance cutterhead dredging. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of May 26, 2019. Fiscal 2018 operations and maintenance, Army funds in the amount of $9,900,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. NAVY Archer Western Federal JV, Chicago, Illinois (N69450-19-D-0907); B.L. Harbert International, Birmingham, Alabama (N69450-19-D-0908); The Haskell Co., Jacksonville, Florida (N69450-19-D-0909); The Korte Co., St. Louis, Missouri (N69450-19-D-0910); and Mortenson Construction, Minneapolis, Minnesota (N69450-19-D-0911), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Southeast (NAVFAC SE) area of responsibility (AOR). The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Archer Western Federal JV is awarded the $24,774,660 initial task order for P427 Littoral Combat Ship Operational Trainer Facility at Naval Station Mayport, Florida. The remaining four contractors will be awarded $1,000 each to satisfy the guaranteed minimum. Work for this task order is expected to be completed by January 2021. All work on this contract will be within the NAVFAC SE AOR, which includes Florida (15 percent); Georgia (15 percent); Louisiana (14 percent); Mississippi (14 percent); South Carolina (14 percent); Tennessee (14 percent); and Texas (14 percent). The term of the contract is not to exceed 60 months, with an expected completion date of February 2024. Fiscal 2019 military construction (Navy); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $24,778,660 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 Navy working capital funds. The maximum dollar value for the five-year ordering period for all five contracts combined is $240,000,000. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Oracle America Inc., Redwood City, California, is awarded $18,850,000 for fixed-price-level-of-effort task order M67854-19-F-7603 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-17-D-7609) for continued post-deployment system support including, service management, service operations; production and pre-production system sustainment; solution development environment; enterprise training and training devices; product lifecycle support; and service transition for change requests and engineering change proposals. Work will be performed in Stafford, Virginia (50 percent); and Quantico, Virginia (50 percent), and is expected to be completed by Dec. 20, 2019. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $18,850,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The base was awarded on a sole source in accordance with Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. CIRCOR Naval Solutions LLC, Warren, Massachusetts, is awarded an estimated $13,294,404 requirements contract for a broad range of pump parts in support of refurbishment and maintenance of existing pumps installed on various Military Sealift Command vessels. Delivery of parts will occur at various locations on the East and West coast of the U.S., and is expected to be completed by Feb. 24, 2024. No funding will be obligated at the time of award. This contract was sole-sourced, with a proposal solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D9006). Coastal Enterprises, Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,260,289 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-18-D-6113) to exercise Option One for grounds maintenance services at Marine Corps Base Camp Lejeune, North Carolina, and other outlying locations. The work to be performed provides for grounds maintenance services that will maintain mowing and trimming grass on road shoulders, ditches, bunkers, firing ranges, wet-lands and tank training sites. After award of this option, the total cumulative contract value will be $16,506.249. Work will be performed in Jacksonville, North Carolina. This option period is from March 2019 to February 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $1,882,643 for recurring work will be obligated on an individual task order issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1765547/

Toutes les nouvelles