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

Contract Awards by US Department of Defense - February 7, 2019

NAVY

BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4419); Huntington Ingalls Industries Inc., San Diego, California (N00024-16-D-4420); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4421), are each awarded firm-fixed-price modifications to exercise Option Period Three under previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts for complex, emergent and continuous maintenance and Chief of Naval Operations availabilities on amphibious ships. Each company will have the opportunity to provide offers for individual delivery orders during Option Period Three, with an estimated cumulative combined value of $406,853,897. Work will be performed in San Diego, California, and is expected to be complete by March 2020. No funding will be obligated at time of award. Funding will be provided as individual delivery orders are issued. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $240,266,448 for modification P00009 to a previously awarded fixed-price-incentive contract (N00019-17-C-0030) for the manufacture and delivery of 12 Lot 16 AH-1Z aircraft for the kingdom of Bahrain under the Foreign Military Sales (FMS) program. Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in August 2022. FMS funds in the amount of $240,266,448 are being obligated at the 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.

Leidos Inc., Reston, Virginia, is awarded a $33,001,816 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract with cost-reimbursable services for the Digital Video Surveillance System in support of guided-missile destroyer (DDG) modernization. The Naval Surface Warfare Center, Philadelphia Division is the Navy's agent for the coordination and planning of all the engineering and technical support services for the modernization program. The modernization program provides a full spectrum of technical support encompassing all phases of the alteration installation process. Supplies are to be delivered to various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. Work will be performed in Reston, Virginia (85 percent); and at various places below one percent (15 percent), and is expected to be completed by February 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $2,916,500 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, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (N64498-19-D-4011)

The Boeing Co., St. Louis, Missouri, is awarded $23,108,547 for firm-fixed-priced delivery order N00383-19-F-0AY1 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99 percent); and Philadelphia, Pennsylvania (1 percent). Work is expected to be completed by December 2021. Working capital funds (Navy) in the amount of $23,108,547 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.

URS Group Inc., Morrisville, North Carolina, is awarded a $21,000,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for Phase One of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City, Florida. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to damage from the hurricane. After award of this modification, the total task order value will be $42,510,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $21,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $18,265,659 for modification P00045 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the U.K. Work will be performed in Valparaiso, Florida, and is expected to be completed in February 2020. Non-Department of Defense participant funds in the amount of $18,265,659 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.

Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $16,680,230 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system and to produce, test and deliver fully integrated NMT. NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports Extremely High Frequency (EHF) / Advanced EHF Low Data Rate / Medium Data Rate / Extended Data Rate, Super High Frequency, Military Ka (transmit and receive) and Global Broadcast Service receive-only communications. Work will be performed in Largo, Florida (54 percent); South Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); and Marlborough, Massachusetts (8 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); Navy working capital funds; and Foreign Military Sales funds in the amount of $16,680,230 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $15,637,609 cost-plus-fixed-fee modification, against previously awarded contract N00024-14-C-4313 for LCS Planning Yard Services. This modification procures waterjet assembly battle spares for the LCS-6 and follow ships (Independence Class). Work will be performed in Chesapeake, Virginia (99 percent); and Bath, Maine (1 percent), and is expected to be complete by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $15,637,609 will be obligated at award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded a $15,111,000 firm-fixed-price option with reimbursable elements under a previously awarded contract (N3220517C3502) to exercise Option One for the vessel the M/V Evergreen State in support of the Department of Defense Logistics Agency Energy. The U.S. flagged vessel provided under the contract is employed in the worldwide transportation of petroleum products. The vessel will primarily be expected to operate in, but not limited to, the U.S. East Coast/Gulf Coast region, in accordance with the terms of this charter. Work for this option is expected to be completed February 2020. Working capital funds in the amount of $9,687,600 are obligated on this award. The cumulative value of this contract, if all options are exercised, is $81,048,250. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Federal Business Opportunities website, with three offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity.

General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $14,512,050 firm-fixed-price modification to previously awarded contract N00024-16-C-5352 to exercise options for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 full-rate production. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning, and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. Work will be performed in Pittsfield, Massachusetts (55 percent); Thousand Oaks, California (25 percent); Mountain View, California (15 percent); and Fairfax, Virginia (5 percent), and is expected to be complete by May 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 and 2017 shipbuilding and conversion (Navy) funds in the amount of $14,512,050 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.

Assurance Technology Corp., Carlisle, Massachusetts, is awarded $11,471,334 for cost-plus-fixed-fee modification P00029 to task order N00173-15-F-6201 under previously awarded contract (N00173-15-F-6201). This contract action is for research, development, and integration as it relates to Software Definable/Reconfigurable Systems design. This modification provides additional level of effort to be executed under the task order. The total cumulative face value of this task order is $46,792,500. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed in July 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

ARMY

The Raytheon Co., Fort Wayne, Indiana, was awarded a $406,280,000 hybrid (cost, cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract for AN/ARC-231 Multiple-Mode Aviation Radio Suite, hardware components, repair services, technical, engineering and logistical support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-D-0014).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $107,390,788 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 and 2019 other procurement Army funds in the amount of $107,390,788 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0193).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $55,093,787 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited via the internet with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2017, 2018 and 2019 other procurement Army funds in the amount of $55,093,787 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0192).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $40,946,478 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement Army funds in the amount of $40,946,478 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0194).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $29,319,096 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 other procurement Army funds in the amount of $29,319,096 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0195).

Record Steel and Construction Inc., Boise, Idaho, was awarded a $25,393,000 firm-fixed-price contract for design and construction of an E-3G mission and flight simulator training facility at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with eight received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of Feb. 21, 2021. Fiscal 2017 military construction funds in the amount of $25,393,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0002).

STANTEC Consulting Services, Raleigh, North Carolina, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0001).

Clark Nexsen Inc., Virginia Beach, Virginia, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0002).

AECOM Technical Services Inc., Los Angeles, California, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0003).

Whitman, Requardt and Associates LLP, Baltimore, Maryland, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0004).

AAI Corp. doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $7,050,000 modification (0004 10) to Foreign Military Sales (Australia) contract W58RGZ-17-D-0006 for contractor logistics support of the One System Remote Video Terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of May 7, 2019. Fiscal 2019 operations and maintenance Army; and Foreign Military Sales funds in the amount of $7,050,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Parsons, Pasadena, California, has been awarded a $94,359,257 firm-fixed-price contract, for Launch Manifest Systems Integrator (LMSI). This acquisition will allow for necessary integration and manifesting services for the LMSI requirement. Work will be performed in Pasadena and Torrance, California, and is expected to be completed by Feb. 6, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $5,898,895 will be obligated at the time of award. The Contracting Division, Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-F-0003).

https://dod.defense.gov/News/Contracts/Contract-View/Article/1751801/source/GovDelivery/

Sur le même sujet

  • Australia to buy 20 Hercules military transport planes in $6.6 bln deal

    25 juillet 2023 | International, Aérospatial

    Australia to buy 20 Hercules military transport planes in $6.6 bln deal

    Australia said on Monday it would spend A$9.8 billion ($6.60 billion) to buy 20 new Super Hercules military transport aircraft, ahead of a visit later this week by U.S. Secretary of State Antony Blinken and Defense Secretary Lloyd Austin.

  • Contract Awards by US Department of Defense - December 18, 2018

    19 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 18, 2018

    MISSILE DEFENSE AGENCY Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a $585,206,351 fixed-price incentive delivery order for the Homeland Defense Radar - Hawaii (HDR-H). The contractor will design, develop, and deliver the HDR-H radar providing autonomous acquisition and persistent precision tracking and discrimination to optimize the defensive capability of the Ballistic Missile Defense System (BMDS) and counter evolving threats. This award is the result of a competitively awarded acquisition in which one offer was received. Fiscal 2018 and 2019 research development test and evaluation funds in the amount of $51,389,757 are being obligated at time of award. The work will be performed in Moorestown, New Jersey; and Oahu, Hawaii. The exact location in Oahu, Hawaii, will be determined at the conclusion of the ongoing site selection and National Environmental Policy Act processes. The period of performance is from Dec. 18, 2018, through Dec. 17, 2023. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-F-0018). DEFENSE INFORMATION SYSTEMS AGENCY Hewlett Packard Enterprise, Reston, Virginia, was awarded a competitive, single award indefinite-delivery/indefinite–quantity, firm-fixed-price contract for X86 processor capacity services. The total lifecycle amount of the contract is $323,921,060. The minimum guarantee for this effort is $770,000, $675,000 of which is being met by the first delivery order under HC1084-19-F-0001, and is funded by fiscal 2019 research, development, test and evaluation funds. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA centers in the continental U.S. (CONUS), DISA outside CONUS (OCONUS) data centers, and other DISA or DISA-approved locations worldwide in which DISA may acquire an operational responsibility. Proposals were solicited via the Federal Business Opportunities websites, and six proposals were received from the proposals solicited. The period of performance is for a base of five years beginning Dec. 19, 2018, and five one-year periods through Dec. 18, 2028. The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity (HC1084-19-D-0002). NAVY General Electric Co., Lynn, Massachusetts, is awarded $290,834,776 for modification P00014 to a previously awarded firm-fixed-price contract (N00019-17-C-0047) for the procurement of eight F414-GE-400 install engines for the Navy. In addition, this modification provides for the procurement of 56 F414-GE-400-1A install engines; four F414-GE-400 spare engines; two spare engine containers and 12 spare engine modules for the government of Kuwait. These engines power the F/A-18E/F Super Hornet aircraft. Work will be performed in Lynn, Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madison, Kentucky (11 percent), and is expected to be completed in December 2020. Fiscal 2018 aircraft procurement (Navy); and foreign military sales funds in the amount $290,834,776 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the. Navy ($33,261,704; 11 percent); and the government of Kuwait ($257,573,072; 89 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $91,720,000 ceiling-priced, cost-plus-fixed-fee, firm-fixed-price contract for the procurement of new aircrew and maintenance training systems, as well as upgrades and modifications to the existing F/A-18E/F and EA-18G aircrew and maintenance training systems to ensure the systems are representative of fleet aircraft and systems and interface with the F-35 Joint Strike Fighter Joint Simulation Environment. Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2023. Fiscal 2017 aircraft procurement (Air Force); fiscal 2019 aircraft procurement (Navy); and 2018 research, development, test and evaluation funds in the amount of $32,260,000 will be obligated at time of award, $32,097,000 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. This contract combines purchase for the Navy ($90,836,000; 99.03 percent); and the Air Force ($884,000; 0.97 percent). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134019D0906). Raytheon Co., McKinney, Texas, is awarded $65,648,632 for firm-fixed-price delivery order N00383-19-F-HC02 under a previously awarded basic ordering agreement (N00383-15-G-005D) for the repair of the Advanced Targeting Forward Looking Infrared system used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (77 percent); Jacksonville, Florida (20 percent); and El Segundo, California (3 percent). Work is expected to be completed by December 2020. Working capital funds (Navy) in the full amount of $65,648,632 will be obligated to fund the delivery order 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, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $32,396,621 five-year, firm-fixed-price requirements, long-term contract for the repair of 103 items of the ALQ-126B electronic countermeasures systems and two items of the ALE-55 radio frequency countermeasure system to support countermeasures for various aircraft. Work will be performed in Nashua, New Hampshire (47 percent); Jacksonville, Florida (48 percent); and Crane, Indiana (5 percent). Work is expected to be completed by December 2023. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UA01). Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,915,670 for modification P00004 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-18-D-0004) to exercise additional contract line item numbers under Option Year I for the manufacture and delivery of additional quantities of the AN/ARC-210 family of radio equipment in support of Navy, Air Force, Marine Corps, and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2021. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded $11,740,000 for not-to-exceed delivery order N0001919F2610 against a previously issued basic ordering agreement (N00019-15-G-0003) for the Navy and Air Force. This order provides for non-recurring engineering for the redesign of the Control Actuation System electronic controller and the requalification of the dimeryl diisocyanate utilized in the AIM-9X Sidewinder Block I/II/II+ missiles. Work will be performed in Santa Clarita, California (48 percent); Rocket Center, West Virginia (33 percent); and Tucson, Arizona (19 percent), and is expected to be completed in March 2021. Fiscal 2019 weapons procurement (Navy); and fiscal 2019 missile procurement (Air Force) funds in the amount of $3,471,918 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($5,870,000; 50 percent); and the Air Force ($5,870,000; 50 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 Adaptive Methods, Centreville, Virginia, is awarded a $7,674,780 cost-plus-fixed-fee modification to a previously awarded contract (N00024-15-C-5220) to exercise an option for the accomplishment of services for the Undersea Warfare and Surface Warfare command and control systems. The services include systems engineering, program management, software development, risk management, prototype development, information assurance, training, and integrated logistics support. Work will be performed in Centreville, Virginia (50 percent); and Keyport, Washington (50 percent), and is expected to be completed by December 2019. Fiscal 2019 research, development, test, and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $4,279,000 will be obligated at time of award and funding in the amount of $420,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $141,447,329 firm-fixed-price contract (FA8672-19-C-0010) to exercise an option to previously awarded contract FA8672-10-C-0002 for Small Diameter Bomb (SDB) II. The contractor will provide low-rate initial production for 1,260 SDB II Lot Five munitions, 389 single-weapon containers, 344 dual-weapon containers, 20 production reliability incentive demonstration effort captive vehicles, 20 production reliability incentive demonstration effort tests, 36 weapon load crew trainers/conventional munitions maintenance trainers and data. Work will be performed in Tucson, Arizona, and is expected to be completed by June 30, 2022. This award is the result of a sole-source acquisition resulting from follow-on to competition. Fiscal 2019 missile procurement funds in the amount of $141,447,329 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, has been awarded a $7,394,373 modification (P00063) to contract FA808-12-C-0010 for Advanced Extremely High Frequency satellite vehicles 5/6. The contract modification is for Space Vehicle 5 Liquid Apogee Engine (LAE) 4-corners testing request for equitable adjustment. Work for this effort is complete. The testing of the LAE engine took place in Tokyo, Japan, the removal and replacement took place in Sunnyvale, California. Fiscal 2017 missile procurement funds will fund the contract. Total cumulative face value of the contract is $2,032,081,111. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. ARMY M.A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota, was awarded a $36,298,000 firm-fixed-price contract to design and construct a 61,515 square foot administrative facility including administrative spaces, classrooms, and secure spaces. Bids were solicited via the internet with six received. Work will be performed in Buckley Air Force Base, Colorado, with an estimated completion date of March 10, 2021. Fiscal 2018 military construction funds in the amount of $36,298,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0006). DEFENSE LOGISTICS AGENCY Michelin North America Inc., Greenville, South Carolina, has been awarded a maximum $26,289,870 fixed-price, indefinite-delivery, requirements contract for aircraft tires supporting the Global Tire Program. This is a three-year contract with no option periods. Location of performance is South Carolina, with a Dec. 17, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0046). Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded a maximum $24,047,839 fixed-price, indefinite-delivery, requirements contract for aircraft tires supporting the Global Tire Program. This was a competitive acquisition with two offers received. This is a three-year contract with no option periods. Location of performance is Ohio, with a Dec. 17, 2021, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0045). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $17,040,935 firm-fixed-price delivery order (SPRPA1-18-F-0003) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for F/A-18 depot level repairable parts support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year, four-month contract with no option periods. Locations of performance are Missouri, California, Florida and North Carolina, with an April 18, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Raytheon Co., McKinney, Texas, has been awarded a maximum $9,549,053 firm-fixed-price contract for 128 display control modules for the Abrams tank. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with one six-month option period. The option is being exercised at the time of award. Location of performance is Texas, with an April 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0070). Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a $9,309,281 modification (P00007) to a one-year contract (SPE1C1-17-D-1090) with two one-year option periods for various parkas. This is a fixed-price contract. Locations of performance are Florida and Tennessee, with a Dec. 19, 2019, performance completion date. Using military services are Marine Corps and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY General Dynamics Mission Systems, Inc., San Antonio, Texas, has been awarded a $24,916,847 modification (P00036) to previously awarded contract HR0011-16-C-0001 for classified information technology services. The modification brings the total cumulative face value of the contract to $105,016,388 from $80,099,541. Work will be performed in Arlington, Virginia, with an expected completion date of February 2020. Fiscal 2018 and 2019 research and development funds in the amount of $20,949,939 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1717218/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 04, 2020

    5 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - May 04, 2020

    DEFENSE LOGISTICS AGENCY Point Blank Enterprises Inc., Pompano Beach, Florida, has been awarded a maximum $81,265,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for body armor. This was a competitive acquisition with five offers received. This is an 18-month base contract with two one-year option periods. Location of performance is Florida, with a Nov. 30, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1254). Arjo Inc., Addison, Illinois, has been awarded a maximum $47,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a May 3, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0038). NAVY General Dynamics Electric Boat Corp. (GDEB), Groton, Connecticut, is awarded $60,594,296 for a cost-plus-fixed-fee contract to provide U.S. Trident II Strategic Weapon System (SWS) ship alterations and United Kingdom SWS ship alterations for Strategic Systems Program shipboard integration installations. Work will be performed in Bremerton, Washington (29%); Groton, Connecticut (24%); Kings Bay, Georgia (24%); Bangor, Washington (9%); Cape Canaveral, Florida (7%); Norfolk, Virginia (3%); Washington, D.C. (2%); Faslane, Scotland (1%); and Plymouth, England (1%). Work is expected to be complete by April 2024. The maximum dollar value, including the base period and two option years, is $60,594,296. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,511,473; other procurement (Navy) contract funds in the amount of $8,534,755; fiscal 2020 research, development, test and evaluation (Navy) contract funds in the amount of $3,171,978; and United Kingdom funds in the amount of $2,098,018 are being obligated at time of award. Funds in the amount of $8,511,473 will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N-00030-20-C-0028). Virginia Pilot Association, Virginia Beach, Virginia, is awarded an $8,175,544 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support services to assist with the navigation of ships for Commander, Navy Region Mid-Atlantic Port Operations Division. All work will be performed in Norfolk, Virginia, and is expected to be complete by May 2025. This contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8; an option to extend services, which if exercised, will bring the total value to $9,058,663. The base ordering period is expected to be completed by May 2025; if the option is exercised, the ordering period will be completed by December 2025. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $50,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. One source was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity. ARMY KVG LLC, Gettysburg, Pennsylvania (W564KV-20-D-2002); Crowley Government Services Inc., Jacksonville, Florida (W564KV-20-D-2004); Agility International Inc., Alexandria, Virginia (W564KV-20-D-2003); Maersk Line Ltd, Norfolk, Virginia (W564KV-20-D-2005); Aecom Management Services Inc., Germantown, Maryland (W564KV-20-D-2006); and American Roll-on Roll-off Carrier Group, Parsippany, New Jersey (W564KV-20-D-2007), will compete for each order of the $49,010,000 contract for the transportation of equipment, cargo and passengers within the European Command area of operations. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of May 9, 2023. The 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity. The Lighthouse for the Blind, St. Louis, Missouri (W81XWH-19-D-0008); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W81XWH-19-D-0007); American Purchasing Services LLC,* Miramar, Florida (W81XWH-19-D-0006); and TQM LLC, St. Charles, Missouri (W81XWH-19-D-0009), will compete for each order of the $45,000,000 contract for sets, kits and outfits to supply complete medical, surgical, pharmaceutical, dental, laboratory and veterinary equipment and material sets. 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 May 4, 2024. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. Raytheon Co., Dulles, Virginia, was awarded a $27,472,296 hybrid (cost-no-fee, firm-fixed-price) contract to provide technical expertise, system operators, maintenance and life-cycle support for the sustainment, operations and support management of numerous training aids, devices, simulators and simulations. Bids were solicited via the internet with three received. Work will be performed in Kuwait, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 defense overseas contingency transfer funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0031). MISSILE DEFENSE AGENCY Davidson Technologies,* Huntsville, Alabama, is being awarded a modification in the amount of $20,696,405 to previously awarded indefinite-delivery/indefinite-quantity (ID/IQ) contract HQ0147-19-D-0004. The contract value is increased from $2,437,491 to $23,133,896. Under this contract the contractor will continue to develop a cyber-secure information technology infrastructure that allows users to access data via a virtual desktop infrastructure. The work will be performed in Huntsville, Alabama. The ordering period of the ID/IQ is May 23, 2019, to May 22, 2024. A second task order award in the amount of $12,200,000 is being issued at this time. Fiscal 2020 research and development funds in the amount of $12,200,000 are being obligated on the task order award. The original award was made under Special Topic Broad Agency Announcement (BAA) number HQ0147-17-S-0002 that was posted to the Federal Business Opportunities website to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven from which proposals were requested. This original award results from one of seven proposals received. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2175622/source/GovDelivery/

Toutes les nouvelles