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

Contract Awards by US Department of Defense - February 07, 2020

AIR FORCE

Honeywell Inc., Clearwater, Florida, has been awarded an indefinite-delivery/indefinite-quantity contract with estimated ceiling of $3,517,000,000 for Embedded GPS Inertial Navigation System Modernization (EGI/EGI-M) follow-on production and sustainment. This contract provides production, sustainment and engineering technical services in support of the EGI/EGI-M system. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 31, 2035. This contract will allow foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of $1,635,018 are being obligated for the first order of EGIs for the F-15 aircraft. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-20-D-0001).

Engility Corp., Andover, Massachusetts, has been awarded a $655,000,000 firm-fixed-price, cost reimbursable indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center Development Corps Innovation & Prototype Operations at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration, and sustainment services supporting the current Ground System Enterprise throughout its evolution, including the transition to and buildout of Enterprise Ground Services. Work will be performed at Kirtland Air Force Base, New Mexico; and Schriever Air Force Base, Colorado, and is expected to be complete by July 2, 2027. This award is the result of a competitive acquisition with five proposals received. The Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA8818-20-D-0009).

Highlight Technologies LLC, Fairfax, Virginia, has been awarded a $7,708,136 hybrid firm-fixed-price, time and materials modification (P00004) to previously-awarded contract FA8730-19-F-0176 for the Kessel Run Enterprise Services Software Environment for Kessel Run Experimentation Labs. This modification provides the software environment management services for the Kessel Run Experimentation Labs and brings the total cumulative face value of the contract to $14,502,143. Work will be performed in Boston, Massachusetts, and is expected to be complete by Aug. 14, 2020. Fiscal 2020 operations and maintenance funds in the amount of $2,483,737 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $347,714,510 modification to a previously-awarded fixed-price-incentive-firm-target advance acquisition contract (N00019-20-C-0009). This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of 43 lot 15 F-35 aircraft for non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in December 2023. Non-DoD participant funds in the amount of $204,964,510; and FMS funds in the amount of $142,750,000, 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.

WSP USA Inc., Federal Way, Washington, is awarded a $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for waterfront projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations. Initial task order is being awarded at $5,900,965 for multi-mission dry dock alternatives feasibility and engineering study in support of environmental impact statement development, Naval Base Kitsap and Puget Sound Naval Shipyard. The work to be performed provides for an interdisciplinary team to furnish engineering and design services for waterfront projects at various locations predominantly serviced by NAVFAC NW. The design and engineering services will require expertise in architectural, mechanical, electrical, civil, structural, geotechnical, corrosion control, coastal, naval architect, fire protection, survey, cost and environmental disciplines as it pertains to Department of Defense facilities and systems. Work for this task order is expected to be completed by March 2021. All work on this contract will be performed in Washington state (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); Oregon (1%); North Dakota (1%); South Dakota (1%); and Wyoming (1%). The term of the contract is not to exceed 60 months with an expected completion date of January 2025. Fiscal 2020 operations and maintenance, Navy (O&M,N) contract funds in the amount of $5,900,965 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. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. NAVFAC NW, Silverdale, Washington, is the contracting activity (N44255-20-D-0001).

Electric Boat Corp., Groton, Connecticut, is awarded a $38,204,181 cost-plus-fixed-fee modification to a previously-awarded contract N00024-12-C-2115 to exercise options to procure onboard repair parts for Virginia class attack submarines Pre Commissioning Unit (PCU) Arkansas (SSN 800) and PCU Utah (SSN 801). Work will be performed in Groton, Connecticut, and is expected to be completed by February 2023 for PCU Arkansas and August 2023 for PCU Utah. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $9,797,000 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. The statutory authority for this sole-source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded a $19,187,652 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-15-C-4103 for long lead time materials in support of the Virginia class attack submarines (SSN 804) and (SSN 805) propulsor components. This modification provides the required long lead time materials needed for the fixed components in support of the SSN 804 and SSN 805 Virginia class submarine propulsor. Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $19,187,652 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.

American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded $15,792,900 for a firm-fixed-price modification with reimbursable elements to a previously-awarded contract N32205-17-C-3502. This modification provides for the second one-year option for one U.S.-flagged vessel in support of the Department of Defense Logistics Agency Energy aboard the Motor Vessel Evergreen State. Work will be performed worldwide, and is expected to be completed, if all options are exercised by Jan. 8, 2023. This contract includes a one-year firm period of performance, three one-year option periods and one 11-month option period. Working capital funds (Navy) in the amount of $10,140,250 for fiscal 2020; and $5,652,650 for fiscal 2021, are obligated and will not expire. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $12,941,188 firm-fixed-price delivery order under previously-awarded basic ordering agreement N00024-19-G-5107 for shipboard and shore-based spare parts. This order covers installation and checkout, coordinated shipboard allowance list and coordinated shore-based material/maintenance allowance list spares. Work will be performed in Andover, Massachusetts (86%); Marlborough, Massachusetts (9%); and Chesapeake, Virginia (5%), and is expected to be completed by March 2022. This contract involves foreign military sales to the Republic of Korea (51%); and government of Japan (49%). Foreign Military Sales funding in the amount of $12,941,188 will be obligated at the time of award. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), this order was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-F-5108).

POWER Engineers Inc., Hailey, Idaho, is awarded a $10,493,283 firm-fixed-price task order N62742-20-F-0306 modification P00003 under an indefinite-delivery/indefinite-quantity contract for various electrical engineering projects and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific area of operations. The work to be performed provides design and engineering services to prepare a design-bid-build construction package consisting of full plans, specifications, detailed cost estimate and other services as required to construct a new multi-story operations center to replace Building 112. Also included are two new single-story warehouses at U. S. Naval Computer and Telecommunications Station Finegayan and at United States Naval Base Guam (U.S. NBG); an underground pathway and ducting to support a 23-mile 288-strand fiber optic cable between Andersen Air Force Base and U.S. NBG. Work will be performed in Dededo, Guam, and is expected to be completed by November 2020. Fiscal 2019 military construction (planning and design) contract funds in the amount of $10,493,283 are obligated on this award and will not expire at the end of the current fiscal year. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-D-0002).

CORRECTION: A contract action announced on Feb. 6, 2020, to Electric Boat Corp., Groton, Connecticut, for $7,598,226 should have identified a definitized contract action to previously-awarded contract N00024-16-C-2111, not “undefinitized.” All other information in the announcement is correct.

ARMY

L3 Technologies Inc., Muskegon, Michigan, was awarded a $59,056,763 contract for 235 eHydro-Mechanically Propelled Operational Reliability [THOR] II Transmission 800s in a mix of both new and remanufactured configurations. Bids were solicited via the internet with one received. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2021. Fiscal 2020 Army working capital funds in the amount of $59,037,500 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-15-C-0119).

EA-SCF JV,* Hunt Valley, Maryland, was awarded a $45,000,000 firm-fixed-price contract for environmental services at Fort Belvoir. 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. 6, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0014).

Dyncorp International LLC, Fort Worth, Texas, was awarded an $11,361,712 modification (P00028) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed at Fort Campbell, Kentucky; Fort Bragg, North Carolina; Bangor, Maine; and Kuwait, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $11,361,712 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

Escal Institute of Advanced Technologies Inc., North Bethesda, Maryland, was awarded a $9,258,000 modification (P00001) to contract W911S0-19-D-0009 to provide industry standard, nationally recognized training and certifications to verify and validate student proficiency in cybersecurity roles as defined in the Joint Cyberspace Training and Certification Standards Concept of Operations. 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. 5, 2021. Fort Gordon, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Otis Products Inc.,* Lyons Falls, New York, has been awarded a maximum $33,688,736 firm-fixed-price contract for gun cleaning kits. This was a competitive acquisition with two offers received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a Feb. 6, 2023, performance completion date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0076).

UPDATE: Atlantic Diving Supply Inc., doing businesses as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0051), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0010 announced May 31, 2017.

UPDATE: Truck Country of Wisconsin Inc., De Forest, Wisconsin (SPE8EC-20-D-0053), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0008 announced April 20, 2017.

UPDATE: Wright & Wright Machinery Co., Inc.,** Monticello, Kentucky (SPE8EC-20-D-0054), has been added as an awardee to the multiple-award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016.

*Small business
**Veteran-owned small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2078385/source/GovDelivery/

Sur le même sujet

Toutes les nouvelles