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

  • Lord Says F-35s Safe Despite Fastener Problem

    4 février 2020 | International, Aérospatial

    Lord Says F-35s Safe Despite Fastener Problem

    By John A. Tirpak The F-35 fleet is safe to fly, despite an unknown number of under-strength fasteners being used to build critical areas of the jet, Pentagon acquisition and sustainment chief Ellen Lord said Jan. 31. Lockheed Martin workers mixed up titanium and Inconel bolts during manufacture of the F-35, and the Defense Contract Management Agency told Air Force Magazine neither the company nor the Joint Program Office knew how many aircraft were affected, or how far back the problem started. It said the whole fleet of 400-plus F-35s could potentially be affected. The titanium fasteners are lighter than the Inconel parts, and also have less shear strength. Lockheed is to present its 70-day root cause analysis of the “quality escape” to the government in February. At a press conference to discuss cyber security rules for Pentagon contractors, Lord said she had “looked at samples of that issue”—meaning the mixed-up fasteners—and said “right now we have assessed that there is no structural compromise of the aircraft.” She said the root cause analysis continues. “The JPO is working closely with Lockheed; we will continue to asses if there are any issues, but we have confidence in the integrity of the aircraft at this point.” Deliveries of the F-35 were halted briefly in November when the issue was discovered. A Lockheed spokeswoman said barrels of the two fasteners, which are visually similar and differ only in a number stamped into them, were mixed up at the company's Ft. Worth, Texas, factory, as well as the Final Assembly and Check-Out facility in Italy, though not at the FACO in Japan. Titanium fasteners were installed in places where the Inconel parts were specified, and vice versa. An inspection of some number of aircraft—it did not disclose how many—led the company to conclude the problem is not widespread, and there is no plan in the works to conduct fleetwide inspections. Each F-35 has some 50,000 fasteners, of which about 1.7 percent are supposed to be made of Inconel. The F-35C Navy version requires 3.5 percent Inconel fasteners because of the greater size and loads on that airplane. Lord said she's looking for “continuous improvement” in F-35 production, and reported seeing “incredible strides” in its quality over the last two-and-a-half years. However, “I think this is a journey that we will be on for the entire life of the F-35.” She expects Lockheed will continue to improve, “month over month, quarter over quarter, and year over year.” https://www.airforcemag.com/lord-says-f-35s-safe-despite-fastener-problem

  • Contract Awards by US Department of Defense - September 17, 2019

    18 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 17, 2019

    AIR FORCE The Aerospace Corp., El Segundo, California, has been awarded a $1,084,529,525 modification (P00017) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community. This contract modification provides for the exercise of Option Year One for fiscal 2020 services being procured under the multiple year contract. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2020. Total cumulative face value of the contract is $2,158,348,065. Fiscal 2020 research and development funds are being used and no funds are being obligated at the time of the award. The Space and Missile Systems Center, El Segundo, California, is the contracting activity. Semper Tek Inc., Lexington, Kentucky (FA8501-19-D-A010); Construction Services Group Inc., Charleston, South Carolina (FA8501-19-D-A011); Kmk Construction Inc., Jacksonville, Florida (FA8501-19-D-A012); Charlton Enterprise Inc., Folkston, Georgia (FA8501-19-D-A013); and York-Brawley JV LLC, Yorktown, Virginia (FA8501-19-D-A014), have been awarded a maximum value of $95,000,000, multiple-award, indefinite-delivery/indefinite-quantity, civil engineer multiple award construction contract. This contract supports operational design and construction contract efforts to provide 78th Civil Engineering Group the capability to have design and construction maintained in a short time frame. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by March 30, 2025. This award is the result of a competitive acquisition and 20 offers were received. No funds have been obligated to the contract; task orders will be funded with operations and maintenance funds. The Air Force Material Command Operational Contracting, Robins Air Force Base, Georgia is the contracting activity. Gulfstream Aerospace, Savannah, Georgia, has been awarded a $31,899,999 firm-fixed-price task order against contract FA8134-19-D-0001 for the Gulfstream aircraft order and contractor logistic support (CLS) for Philippines Air Force. This order is for the purchase of one Gulfstream aircraft, parts, tooling and two years of CLS for sustainment of the aircraft. Work will be performed at Manila, Philippines, and is expected to be completed by May 31, 2022. This award is the result of a sole source acquisition. This contract involves 100% foreign military sales to the Philippines. The total cumulative face value of the contract is $2,070,000,000. Foreign Military Sales funding in the amount of $31,899,999 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-19-F-2500). Major Tool and Machine Inc., Indianapolis, Indiana, has been awarded a not-to-exceed $9,339,200 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0013 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Indianapolis, Indiana, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,339,200 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. General Dynamics – Ordnance and Tactical Systems, Garland, Texas, has been awarded a not-to-exceed $9,691,384 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0015 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Garland, Texas, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,691,384 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Alliant TechSystems Operations LLC – ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a not-to-exceed $8,762,690 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0016 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by April 30, 2020. Fiscal 2019 ammunition procurement funds in the amount of $8,762,690 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Enfield Enterprises Inc., Springfield, Massachusetts, has been awarded a $7,221,081 requirements contract for the replacement of Halon and electrical at Guided Weapons Evaluation Facility. This contract consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with the replacement of Halon and electrical at Guided Weapons Evaluation Facility, Eglin Air Force Base, Florida, in accordance with the specifications and drawings. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by May 26, 2020. This award was the result of a competitive acquisition and two offers were received. Fiscal 2019 3600 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-19-C-A044). DEFENSE LOGISTICS AGENCY Alaska Structures Inc., Scottsdale, Arizona, 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. Locations of performance are Arizona and New Mexico, with a Sept. 25, 2020, performance completion date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1197). DJ Engineering Inc.,* Augusta, Kansas, has been awarded an estimated $26,174,400 indefinite-delivery/indefinite-quantity contract for A-10 elevators. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Kansas, with a Sept. 16, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah (SPRHA4-19-D-0004). W K Containers Inc.,* Mill Valley, California, has been awarded a maximum $7,007,122 fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with six offers received. This is a one-year contract with no option periods. Locations of performance are California and Korea, with a March 16, 2020, 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 (SPE8ED-19-C-0008). NAVY BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $86,117,104 firm-fixed-price contract for the execution of USS Decatur (DDG 73) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This availability will include a combination of maintenance, modernization and repair of USS Decatur. This is a Chief of Naval Operations scheduled EDSRA. The purpose is to maintain, modernize and repair USS Decatur. This is a "long-term" availability and was solicited on a coast-wide (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 Decatur. This contract includes options which, if exercised, would bring the cumulative value of this contract to $88,816,552. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $86,117,104 was obligated at time of award and funding in the amount of $72,807,997 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4455). (Awarded Sept. 7, 2019) BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $84,595,351firm-fixed-price contract for the execution of USS Stethem (DDG 63) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This is a Chief of Naval Operations scheduled EDSRA. This availability will include a combination of maintenance, modernization, and repair of the USS Stethem. This is a "long-term" availability and was solicited on a coast-wide (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 Stethem. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,183,466. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $84,595,351 was obligated at time of award, and funding in the amount of $72,805,698 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4459). (Awarded Sept. 7, 2019) CH2M HILL Inc., Englewood, Colorado, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $75,000,000 for A-E services involving preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of Navy and other Department of Defense (DoD) environmental compliance programs for Navy, Marine Corps and other DoD installations and federal agencies. No task orders are being issued at this time. The work to be performed provides services for, but not limited to, petroleum storage tank and assets compliance, oil preparedness and planning compliance, air quality and Clean Air Act compliance, Safe Drinking Water Act compliance, Clean Water Act compliance (storm water), Clean Water Act Compliance (wastewater) and waste management. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including California (20%); Virginia (20%); North Carolina (20%); Europe, Africa, Southwest Asia (15%); Florida (5%); Maryland (5%); Washington (5%); Georgia (5%); and Texas (5%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation 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. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4015). AH/BC Navy JV LLC, Newport News, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $60,000,000 for compliance with Safe Water Act (SDWA), Clean Water Act (CWA) compliance program and all other environmental media regulations to support Navy, Marine Corps, other Department of Defense (DoD) installations and federal agencies worldwide. The work to be performed provides for support of compliance with the SDWA and CWA compliance program and all other environmental media regulations as required. The intent of this contract is to provide comprehensive A-E services to various Navy and other DoD installations/organizations worldwide in order to meet statutory compliance requirements for all applicable overseas environmental baseline guidance document, final governing standards, DoD, federal, state, local and installation-specific environmental laws, regulations, and guidance. This support includes preparation of studies, plans, specifications, design documents, reports, cost estimates and all associated engineering work including, but not limited to, work in SDWA compliance, storm water pollution prevention plans and CWA compliance, industrial pre-treatment/wastewater treatment plans and permit compliance, laboratory work and other miscellaneous environmental compliance services. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including, California (15%); Virginia (10%); North Carolina (10%); Florida (10%); Maryland (5%); Washington (5%); Georgia (5%); Far East Asia (5%); and Europe, Africa, Southwest Asia (35%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation 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. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4001). General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $21,150,803 firm-fixed-price delivery order from multiple-award indefinite-delivery/indefinite-quantity contract N00024-16-D-4418 for a selected restricted availability on USS Stockdale (DDG 106) to execute depot-level maintenance, alterations and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be complete by May 2020. This delivery order includes options, which, if exercised, would bring the cumulative value of this contract to $21,328,830 and be complete by May 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $21,150,803 will be obligated at time of award and expire at the end of the current fiscal year. This delivery order was competitively procured with one request for proposal solicited and three offers received via all eligible multiple award indefinite-delivery/indefinite-quantity contractors in the San Diego, California, area. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $11,414,936 modification (P00004) to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1057). This modification exercises an option for Phase 1 design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response production for the government of Saudi Arabia under the Foreign Military Sales (FMS) Act. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middletown, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%). Work is expected to be completed in October 2019. Foreign Military Sales funds in the amount of $11,414,936 are being obligated on this 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. Briartek Inc.,* Alexandria, Virginia (N64498-19-D-4033), was awarded an $11,233,400 indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee services and firm-fixed-price supplies to support Man Overboard Indicators (MOBI) ship installations. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Mayport, Florida (5%), Pearl Harbor, Hawaii (5%); Pascagoula, Mississippi (5%); Marinette, Wisconsin (5%), Everett, Washington (5%); Bremerton, Washington (5%); Yokosuka, Japan (5%); and Sasebo, Japan (5%), and is expected to be completed by September 2024. Fiscal 2019 operation and maintenance (Navy) funding in the total amount of $37,967 was obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 13, 2019) The Boeing Co., Huntington Beach, California, is awarded a $10,849,103 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6307) for engineering services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. Engineering services under the existing contract will be used to further develop and study additional capabilities, payloads, operational uses, and deployment scenarios for the XLUUV program. Work will be performed in Huntington Beach, California, and is expected to be completed by September 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $374,638 will be obligated at time of award and $192,415 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. United States Marine Inc.,* Gulfport, Mississippi, is awarded a $9,510,838 firm-fixed-price modification to previously awarded contract (N00024-19-C-2226) in support of the Government of the Arab Republic of Egypt for eight 11 meter Naval Special Warfare rigid-hull inflatable boats, eight forward looking infrared systems, ship spare parts and other technical assistance for the Egyptian navy. Work will be performed in Gulfport, Mississippi, and is expected to be completed by December 2020. Foreign Military Sales funding in the amount of $9,510,838 will be obligated at time of award and contract funds will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured: international agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Modern International Inc.,* Barrigada, Guam, is awarded a firm-fixed-price task order (N40192-19-F-4384) at $9,503,702 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract to repair the aqueous film forming foam and sprinkler system at Building 2641, North Ramp, on Andersen Air Force Base. The work to be performed provides for the replacement of the fire and foam pumps, pump controllers, risers, sprinkler piping, heads, fittings, foam holding tanks, trench drains and monitor nozzle system, hose reels, fire suppression, discharge containment system, fire alarms, heat and flame detectors, monitors, mass notification system, electrical wiring and conduits, fuel tanks and containment, fuel piping, lighting fixtures, ceiling tiles and abatement of hazardous materials. Work will be performed in Yigo, Guam, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance, (Navy) contract funds in the amount of $9,503,702 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2801). ARMY Four Peaks Environmental Science & Data Solutions,* Wenatchee, Washington (W9127N-19-D-0005); Real Time Research Inc.,* Bend, Oregon (W9127N-19-D-0006); Environmental Assessment Services LLC,* Richland, Washington (W9127N-19-D-0007); R2 Resource Consultants Inc.,* Redmond, Washington (W9127N-19-D-0008): and S P Cramer & Associates Inc.,* Portland, Oregon (W9127N-19-D-0009), will compete for each order of the $40,000,000 firm-fixed-price contract for biological and ecological services for studies related to fishery issues. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $33,659,910 modification (KX04) to contract W15P7T-12-D-E010 for software and system engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $16,801,065 modification (P00693) to contract DAAA09-98-E-0006 for engineering and design for the Acetic Acid and Acetic Andhydride and Tank Farm Expansion project at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 31, 2021. Fiscal 2021 procurement of ammunition, Army funds in the amount of $16,801,065 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $15,001,571 modification (P00036) to contract W58RGZ-18-C-0043 for engineering services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $2,297,086 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Hamilton Sundstrand Corp., Phoenix, Arizona, was awarded a $13,944,038 firm-fixed-price contract for maintenance and overhaul, and upgrade and repair of the flight control computer. 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 Sept. 16, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0032). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1963450/source/GovDelivery/

  • Multi-skilled AI

    26 février 2021 | International, C4ISR

    Multi-skilled AI

    Human intelligence emerges from our combination of senses and language abilities. Maybe the same is true for artificial intelligence.

Toutes les nouvelles