15 février 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - February 12, 2021

AIR FORCE

AECOM Technical Services Inc., Los Angeles, California (FA8903-21-D-0002); APTIM Federal Services LLC, Alexandria, Virginia (FA8903-21-D-0001); Atkins Black & Veatch FSB JV, Denver, Colorado (FA8903-21-D-0003); Benham – Mead & Hunt, Oklahoma City, Oklahoma (FA8903-21-D-0005); Burns & McDonnell Inc., Kansas City, Missouri (FA8903-21-D-0006); HDR Environmental, Operations and Construction Inc. Spring Branch, Texas (FA8903-21-D-007); Jacobs Government Services Co., San Antonio, Texas (FA8903-21-D-0008); OTIE-Merrick JV, Milwaukee, Wisconsin (FA8903-21-D-0010); Michael Baker International Inc., Moon Township, Pennsylvania (FA8903-21-D-0004); Parsons Government Services Inc., Pasadena, California (FA8903-21-D-0011); Leo A Daly Co., Minneapolis, Minnesota (FA8903-21-D-0009); Pond-CDM Smith JV LP, Peachtree Corners, Georgia (FA8903-21-D-0012); Tetra Tech Inc., Marlborough, Massachusetts (FA8903-21-D-0013); TransSystems GHD JV, Berkeley, California (FA8903-21-D-0014); Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (FA8903-21-D-015); Woolpert RS&H LLC, Dayton, Ohio (FA8903-21-D-0016); and WSP Mason Hanger JV, Washington, D.C. (FA8903-21-D-0017), have collectively been awarded a $2,000,000,000 indefinite-delivery/indefinite-quantity, multiple award task order contract for architect and engineering services. This contract supports the Air Force worldwide infrastructure design and construction missions, specifically for the Air Force Civil Engineer Center, Air Force Installation Contracting Center, Air Force Life Cycle Management Center and Army Installation Management Command directorates. Work is expected to be completed by February 2026. Fiscal 2021 operation and maintenance funds in the amount of $51,000 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, San Antonio, Texas, is the contracting activity.

SURVICE Engineering Co. LLC, Belcamp, Maryland, has been awarded an $87,800,749 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the Department of Defense (DOD) Information Analysis Center (IAC) Basic Center of Operations. This contract provides for the acquisition, storage, retrieval, synthesis, analysis and dissemination of 22 technical focus areas and scientific technical information for the DOD IAC mission. Work will be performed in Belcamp, Maryland, and is expected to be completed February 2027. This award is the result of a competitive acquisition and two offers were received. No specific funds are being obligated on the basic contract. Fiscal 2021 research, development, test and evaluation funds in the amount of $147,340 will be obligated shortly after award on a separate task order. Air Force Installation Contracting Center, Offutt Air Force Base, Nebraska, is the contracting activity (FA8075-21-D-0001). (This contract was originally announced May 19, 2020, but was not awarded until Feb. 12, 2021)

Ampex Data Systems, Hayward, California, has been awarded a $9,999,999 firm-fixed price, indefinite-delivery/indefinite-quantity contract for telemetric electrical system-supplies and ancillary services. The contractor will furnish all personnel, equipment, labor, tools, materials and other items necessary to provide recorders, parts, technical engineering support, upgrades and the ability for maintenance sustainment of airborne data recorders and ground data recorders for the Air Force Test Center at Edwards Air Force Base, California; Eglin AFB, Florida; and other Department of Defense and National Aeronautics and Space Administration continental U.S. activities. Work will be performed at Edwards AFB, California, and is expected to be completed Feb. 11, 2026, and if option is exercised, Feb 11, 2031. This award is the result of a sole-source acquisition. Fiscal 2021 research, development, test and evaluation funds in the amount of $140,000 are being obligated at the time of award. Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9302-21-D-0003).

Acierto LLC, Farr West, Utah (FA4686-21-D-0001); Amplified Industrial Inc., Sacramento, California (FA4686-21-D-0002); Polu Kai Tidewater JV, Falls Church, Virginia (FA4686-21-D-0003); Trinity Builders LLC, Plumas Lake, California (FA4686-21-D-0004); and V Lopez Jr & Sons, Santa Maria, California (FA4686-21-D-0005), will compete for each order of a $9,200,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for infrastructure repair requirements. Work will consist of multiple disciplines in general construction categories for the military base facilities of Beale Air Force Base, California. Bids were solicited via the government-wide point of entry via solicitation and 10 bids were received. Exact work location and funding will be determined with each order, with an estimated contract completion date of Feb. 11, 2029. Fiscal 2021 operation and maintenance funds will be used with no funds being obligated at the time of award. Air Force Installation Contracting Center, Beale Air Force Base, California, is the contracting activity.

Serco Inc., Herndon, Virginia, has been awarded a $7,681,160 modification (P00002) to contract FA2517-20-C-0003 for Ground-based Electro-Optical Deep Space Surveillance system support. Work will be performed in Socorro, New Mexico; Maui, Hawaii; and Diego Garcia, British Indian Ocean Territory, and is expected to be completed April 30, 2022. Fiscal 2021 operation and maintenance funds in the full amount will be obligated the time of award. The total cumulative face value of the contract is $57,097,418. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity.

ARMY

Moderna US, Cambridge, Massachusetts, was awarded a $1,650,000,000 modification (P00004) to contract W911QY-20-C-0100 for an additional 100 million doses of SARS-CoV-2 mRNA-1273 Moderna vaccine. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of July 31, 2021. Fiscal 2021 research, development, test and evaluation (Army) funds in the amount of $1,650,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Feb. 11, 2021)

General Dynamics Ordnance and Tactical Systems, Garland, Texas, was awarded an $111,853,284 firm-fixed-price contract for MK80 series general purpose tritonal bomb components. Bids were solicited via the internet with one received. Work will be performed in Garland, Texas, with an estimated completion date of Dec. 30, 2022. Fiscal 2019 and 2020 aircraft procurement (Army) funds in the amount of $111,853,284 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0104).

Armtec Countermeasures Co., Coachella, California, was awarded a $24,953,504 firm-fixed-price contract for Flare Aircraft Countermeasure M206 and Flare Aircraft Countermeasure MJU-7A/B. Bids were solicited via the internet with three received. Work will be performed in Camden, Arkansas, with an estimated completion date of Dec. 31, 2026. Fiscal 2019 and 2020 aircraft procurement appropriations funds in the amount of $24,953,504 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-F-0101).

NAVY

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $236,941,008 modification for the firm-fixed-price portion of previously awarded contract M67854-19-C-0043. The total cumulative face value of the contract is $686,355,923. This modification provides for the exercise of three option contract line items to procure eight Ground/Air Task Oriented Radar Gallium Nitride full rate production systems with associated travel and one lot of the initial provisioning package (spares) in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be complete by Feb. 28, 2024. Fiscal 2021 procurement (Marine Corps) funds in the amount of $236,941,008 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043).

Association of Consultants and Engineers,* Leonardtown, Maryland, is awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for multi-media environmental compliance services, with an emphasis on storm water, wastewater and drinking water for the Naval Facilities Engineering Systems Command (NAVFAC), Washington, D.C., area of operations (AO) and U.S. territories. All work on this contract will be performed in the Washington, D.C., AO and U.S. territories. The term of the contract is not to exceed 66 months with an expected completion date of August 2026. Fiscal 2021 operation and maintenance (Navy) (OM,N) contract funds in the amount of $10,000 for guaranteed minimum are obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OM,N. This contract was competitively procured via the beta.SAM.gov website with eight proposals received. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-21-D-0013).

Cianbro Corp., Pittsfield, Maine, is awarded a $20,850,000 firm-fixed-price contract modification for dredging requirements to support multi-mission Dry Dock #1 extension located at the Portsmouth Naval Shipyard. After award of this modification, the total cumulative contract value will be $197,615,254. Work will be performed in Kittery, Maine, and is expected to be completed by March 2022. Fiscal 2021 military construction (Navy) contract funds in the amount of $20,850,000 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8500).

EPS Corp., Tinton Falls, New Jersey, is awarded a $10,017,166 cost-plus-fixed-fee and firm-fixed price modification to previously awarded indefinite delivery/indefinite quantity contract N00174-17-D-0026 to exercise an option for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. Work will be performed in Tinton Falls, New Jersey (95%); and Cagliari, Italy (5%), and is expected to be completed by February 2022. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity.

L3 Harris Technologies Inc. Anaheim, California, is awarded an $8,203,414 cost-plus-fixed-fee contract modification (P00038) for options under previously awarded and announced contract N00030-18-C-0001. The work will provide services and support for Flight Test Instrumentation (FTI) systems. Work will be performed in Anaheim, California (60 %); Cape Canaveral, Florida (25 %); and Washington, D.C. (15%), with an expected completion date of Oct. 12, 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $3,021,941 will be obligated at time of this award and will expire at the end of the current fiscal year. Fiscal 2021 other procurement (Navy) funds in the amount of $2,423,298; fiscal 2021 weapons (Navy) funds in the amount of $1,814,175; and fiscal 2021 United Kingdom funds in the amount of $944,000, are being obligated at time of this award and will not expire at the end of the fiscal year. This contract modification is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities (now beta.SAM.gov) website. Strategic Systems Programs, Washington, D.C., is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

General Atomics Aeronautical Systems Inc. Poway, California, was awarded a $9,037,064 cost-plus-fixed-fee contract for the Longshot Phase One. This contract provides for the research, development, and demonstration of the Longshot. Work will be performed in Poway, California (71%); Orlando Florida (14%); Buffalo, New York (7%); Kirkland, Washington (5%); and Pontiac, Michigan (3%), with an estimated completion date of February 2022. Research and development funds in the amount of $2,141,687 are being obligated at the time of award. This contract is a limited sources competitive acquisition in accordance with the original broad agency announcement, HR0011-20-S-0037. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0023).

DEFENSE LOGISTICS AGENCY

Dominion Energy South Carolina Inc., Cayce, South Carolina, has been awarded a $10,758,408 modification (P00009) to 50‐year contract SP0600‐18‐C‐8326, with no option periods for the ownership, operation and maintenance of the natural gas distribution utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Location of performance is South Carolina, with a Nov. 18, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2070 Army operation and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina.

Lovell Government Services LLC, Pensacola, Florida, has been awarded a maximum $9,653,838 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 41 responses received. This is a five-year contract with no options. Location of performance is Florida, with a Feb. 11, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0013).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2503055/source/GovDelivery/

Sur le même sujet

  • Thales finalizes acquisition of RUAG training and simulation unit

    6 mai 2022 | International, C4ISR

    Thales finalizes acquisition of RUAG training and simulation unit

    The acquisition aligns with armed forces modernization programs across the globe, and a move toward digitalization across land forces.

  • Faulty $5 Parts Cause 18-Month, $1 Billion Delay to Navy, Air Force Nuclear Upgrades

    26 septembre 2019 | International, Aérospatial, Naval, Terrestre

    Faulty $5 Parts Cause 18-Month, $1 Billion Delay to Navy, Air Force Nuclear Upgrades

    Defects found in a $5 electrical component will delay the Navy and Air Force nuclear warhead refurbishment program by 18 months and cost more than $1 billion to fix, a National Nuclear Security Administration official said during a congressional hearing Wednesday. The faulty components are small commercially available capacitors that were to be used in upgrades to the Navy's W88 nuclear warheads. These weapons are deployed on the Trident II D5 submarine-launched ballistic missile systems. Similar capacitors are needed to upgrade the Air Force's B61-12 gravity bomb, Charles Verdon, deputy administrator for defense programs at the National Nuclear Security Administration, told members of the House Armed Services subcommittee on strategic forces during the unclassified portion of Wednesday's hearing. When engineers evaluated available parts, they ran tests to determine if the off-the-shelf capacitors were compatible with the systems due for upgrades, Verdon said. Initial results suggested the components would work in the short-term. “Early tests on the capacitors now in question and subsequent tests including component, major assembly and full-up integrated system flight tests demonstrated that these components meet requirement today. Industry best practices were used to stress the components beyond their design planned usage as a way to establish confidence that they will continue to work over the necessary lifetime of the warhead,” Verdon said. “During stress testing, a few of these commercially available capacitors did not meet the reliability requirements.” The problem is, these parts used in the warhead upgrades must survive for decades, up to 30 years after production, Verdon said. However, the quality of each capacitor production lot varied, which led to the stress testing failure. Instead of using the capacitors and risking readiness in the future, Verdon said his agency decided to delay the upgrade work, initially scheduled to begin in December. Replacement capacitors are being produced but will cost about $75 per unit, compared with the $5 per unit cost of the off-the-shelf capacitors that failed stress testing. “The use of commercial-off-the-shelf electric components needs to be improved to reduce future COTS-related risk,” Verdon said. The Navy is working with U.S. Strategic Command to understand how the 18-month delay will affect near-term deployments, Vice Adm. Johnny Wolfe, the director of strategic systems programs for the Navy, told the panel. “Currently, today, based on what we're doing with STRATCOM, we will meet the requirements as we move forward,” Wolfe said. The Navy and STRATCOM are developing a mitigation plan which includes is reevaluating how to turn around the submarine-based nuclear missile stockpile and how to schedule warheads for upgrades in the future, Wolfe said. More details on the Navy's plan to be discussed in a classified hearing. “If you look at the age of these systems and the technology we're using, these are tough, tough issues to solve, and it's critical technology that we're learning as we modernize these,” Wolfe said. Rep. Jim Cooper (D-Tenn.), chair of the strategic forces subcommittee, said he held the hearing because he wanted more information on what NNSA was doing to avoid more delays. He called the recapitalization “both necessary and hugely expensive” in his written opening statement. “Maintaining Congress and the public's confidence in these programs, and their effective execution, is imperative,” he wrote. https://news.usni.org/2019/09/25/faulty-5-parts-cause-18-month-1-billion-delay-to-navy-air-force-nuclear-upgrades

  • CACI Awarded $420 Million C5ISR Task Order to Support the U.S. Army

    14 décembre 2023 | International, Aérospatial

    CACI Awarded $420 Million C5ISR Task Order to Support the U.S. Army

    Reston, Va.--(BUSINESS WIRE)—December 12, 2023 CACI International Inc (NYSE: CACI) announced today that it was awarded a five-year, single-award, task order valued at up to $420 million to support the...

Toutes les nouvelles