7 janvier 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - January 06, 2020

ARMY

Adams Communication & Engineering Technology Inc.,* Reston, Virginia (W15P7T-20-D-0001); Advanced Technology Systems Co.,* McLean, Virginia (W15P7T-20--D0003); The Boeing Co., Ridley Park, Pennsylvania (W15P7T-20-D-0004); CopaSat LLC,* Tampa, Florida (W15P7T-20-D-0005); GATR Technologies Inc., Huntsville, Alabama (W15P7T-20-D-0006); DataPath Inc., Duluth, Georgia (W15P7T-20-D-0007); Envistacom LLC, Atlanta, Georgia (W15P7T-20-D-0008); Fairwinds Technologies LLC,* Annapolis, Maryland (W15P7T-20-D-0009); General Dynamics One Source LLC, Fairfax, Virginia (W15P7T-20-D-0010); Globecomm Systems Inc., Hauppauge, New York (W15P7T-20-D-0011); Kratos Technology & Training Solutions Inc., San Diego, California (W15P7T-20-D-0012); NewSat North America LLC, Indian Harbour Beach, Florida (W15P7T-20-D-0013); Nexagen Network Inc.,* Morganville, New Jersey (W15P7T-20-D-0014); PAE National Security Solutions LLC, Fredericksburg, Virginia (W15P7T-20-D-0015); Quantum Research International Inc., Huntsville, Alabama (W15P7T-20-D-0016); Serco Inc., Herndon, Virginia (W15P7T-20-D-0017); STS International Inc.,* Berkeley Springs, West Virginia (W15P7T-20-D-0018); Telecommunication Systems Inc., Annapolis, Maryland (W15P7T-20-D-0019); TMC Design Corp.,* Las Cruces, New Mexico (W15P7T-20-D-0020); Trace Systems Inc.,* Vienna, Virginia (W15P7T-20-D-0021); Tribalco LLC, Bethesda, Maryland (W15P7T-20-D-0022); and Ultisat Inc., Gaithersburg, Maryland (W15P7T-20-D-0023), will compete for each order of the $5,100,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for the Global Tactical Advanced Communication Systems (GTACS II) and services. Bids were solicited via the internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 5, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

IOEI-EQM JV,* San Diego, California, was awarded a $35,000,000 fixed-price level-of-effort contract to provide emergency, immediate or rapid-response environmental remediation services at contaminated sites. 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 Dec. 11, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0020).

Young's General Contracting Inc.,* Poplar Bluff, Missouri, was awarded a $9,199,326 firm-fixed-price contract for flood rehabilitation of the Clear Creek-Platte River Right Bank Levee System. Bids were solicited via the internet with four received. Work will be performed in Omaha, Nebraska, with an estimated completion date of Sept. 7, 2020. Fiscal 2020 civil construction funds in the amount of $9,199,326 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0007).

Manson Construction Co., Seattle, Washington, was awarded an $8,396,000 firm-fixed-price contract for dredging of the Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2020 operations and maintenance-Recovery Act and civil works funds in the amount of $8,396,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0010).

Indtai Inc., Vienna, Virginia, was awarded a $7,640,269 modification (P00016) to contract W9124J-17-C-0018 to deliver adult education programs and services. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of July 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,640,269 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity.

NAVY

Ace Electronics Defense Systems LLC,* Aberdeen Proving Ground, Maryland, is awarded a $64,405,123 single-award, indefinite-delivery/indefinite-quantity contract with firm-fixed-price delivery orders for the production and delivery of manufacturing kits, spare parts and first article testing for the hardware component refresh of the Tactical Tomahawk Weapons Control System (AN/SWG-5(V)6). The AN/SWG-5(V)6 upgrade offers new offensive capabilities to upgraded ships in support of the Maritime Strike Tomahawk, addresses obsolescence risks and improves the operability and maintainability of the system hardware. This single-award, indefinite-delivery/indefinite-quantity contract has a five-year ordering period, which, if all line item quantities are ordered, would bring the cumulative value of this contract to $64,405,123, with an ordering period to January 2025. Work will be performed in Aberdeen Proving Ground, Maryland, and is expected to be complete by January 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $259,118 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 proposal received. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-D-0002).

Engineered Coil Co., doing business as DRS Marlo Coil, High Ridge, Missouri, is awarded an $11,007,314 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for up to 103 modular refrigeration systems in support of Naval Surface Warfare Center, Philadelphia Division (NSWCPD). The supplies under this contract cover the Air Conditioning Refrigeration and Thermal Management Control System Branch (Code 411) and the Auxiliary Machinery Systems Division (Code 41) of the NSWCPD. These supplies are in support of CVN 68, CVN 69, CVN 74, CVN 75 and CVN 77. Work will be performed in High Ridge, Missouri, and is expected to be complete by December 2023. Fiscal 2020 shipbuilding and conversion (Navy) funding for $2,212,490 will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. In accordance with Section 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). NSWCPD, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0002).

DEFENSE LOGISTICS AGENCY

Conmed Corp., Utica, New York, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 102 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Dec. 29, 2024, 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-0027).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2051251/source/GovDelivery/

Sur le même sujet

  • Talk of national 5G plan from DoD causes confusion, concern among lawmakers

    23 octobre 2020 | International, C4ISR

    Talk of national 5G plan from DoD causes confusion, concern among lawmakers

    Joe Gould and Andrew Eversden The White House is reportedly pressuring the Pentagon to lease some of its prized spectrum for the lucrative 5G market to a single politically connected company, Rivada, using a non-competitive process. The White House's push to fast track a contract for mid-band spectrum to Rivada Networks has alarmed senior administration officials, according to CNN. Rivada and the Pentagon have both rejected those reports, but the denials haven't squelched concerns on Capitol Hill that the administration is using the Defense Department to make an end-run around regulators in pursuit of an expensive boondoggle. The concern on Capitol Hill and elsewhere stems from a September RFI from the Department of Defense that seeks industry input on dynamic spectrum sharing, or ways the Defense Department and commercial entities can safely operate on the same spectrum bands. The RFI asks “how could DoD own and operate 5G networks for its domestic operations?” and “what are the potential issues with DoD owning and operating independent networks for its 5G operations?,” which has fueled fears and pushback in industry about DoD nationalizing a 5G network. In a statement to C4ISRNET on Wednesday, Pentagon spokesperson Russ Goemaere said “No, DOD does not intend to own and operate a national 5G network.” Rather, he said, the DoD needs to better understand how dynamic spectrum sharing can support training, readiness and lethality in the contiguous United States. "This RFI will help DOD understand best methods and approaches for owning and operating independent DoD 5G networks supporting ‘spectrum for training, readiness, and lethality,' " Goemaere said. Rivada has also denied allegations that it's in favor of a nationalized 5G network. “We want to add our voice to those condemning, in the strongest terms, anyone planning to nationalize 5G in America. Whoever they may be. Assuming they exist,” the company said in a statement Oct. 8. The company also released part of its response to the RFI earlier in the week that listed several reasons the DoD shouldn't operate a national 5G network, including costs of operations and maintenance, as well as limited coverage and capacity. Frustration on the Hill The plan has been met with opposition from the wireless industry, Republican and Democratic lawmakers, and reportedly senior officials within the Trump administration. On Wednesday, Smith told reporters he too is opposed to what he has heard so far. “I don't initially support the idea of DoD controlling the 5G network and building it. Someone's going to have to do a lot of convincing to show me that's a good idea,” Smith said. Smith said he agrees with U.S. efforts to counter Chinese dominance in 5G and build a western alternative, and he supports spectrum sharing between the Pentagon and private sector as a way there. But the prospect of a nationalized, DoD-led 5G network has “a lot of folks a little bit nervous” about its feasibility and effectiveness, Smith said, adding the administration's true plans remained unclear. “There is concern if DoD comes in and says, ‘we're just going to build and control the network' — and it's a little murky right now exactly where the Trump administration's at or whether or not they're going to try to go forward with that plan,” Smith said. “That's what we're trying to get some answers to right now.” The direct nature of the White House's push, and emphasis on a fast result, has frustrated and confused congressional committees and agencies covering commercial spectrum allocation — such as the National Telecommunications and Information Administration and Federal Communications Commission — that are traditionally involved in forming telecommunications policy, according to one congressional staffer. Leading the effort on Capitol Hill are Fox News commentator and GOP strategist Karl Rove, who is also a lobbyist for Rivada, and former House Speaker Newt Gingrich, a close ally of the president. “When you have somebody going directly to members, that's usually a sign they're trying to pull one over because they're not interested in doing an evidenced-based approach, talking to experts for that member of Congress. Using people like Karl Rove and Newt Gingrich was an indicator early on that Rivada was not interested in engaging in good faith, but was interested in corporate welfare,” the staffer said. Two lawmakers with jurisdiction over the issue — Energy and Commerce Committee Chairman Frank Pallone, Jr., D-N.J., and Communications and Technology Subcommittee Chairman Mike Doyle, D-Pa. — said they are probing reports the White House had “instructed DoD to proceed immediately to a Request for Proposal (‘RFP') in order to move forward toward a national 5G network.” “According to press accounts, several political operatives or lobbyists with close ties to President Trump or his staff – including Karl Rove, Peter Thiel, Newt Gingrich and Brad Parscale – are pushing for the seismic shift in spectrum policy contemplated by the RFI,” they said in a statement this month, referring to the DoD RFI on dynamic spectrum sharing. “These reports also suggest these Republican operatives are working for the benefit of a specific company, Rivada, Inc., which has long championed a national network that Rivada would construct and operate using its sharing technology.” They argued that DoD has “limited or no legal authority ... to construct, operate, or maintain a commercial communications network or lease its assigned electromagnetic spectrum (‘spectrum') to private entities to provide commercial communications service,” and asked that the Government Accountability Office conduct a legal analysis to confirm it. On the other side of the aisle, a Republican aide to the committee warned that Congress would have to be consulted before DoD proceeds beyond the initial RFI. “DOD is collecting information to build a public record, which is never a bad thing, but if the DOD takes additional steps forward we would have to evaluate whatever those proposals may be," the aide said. "[Energy and Commerce Committee ranking member Greg Walden, R-Ore.] has publicly stated that he opposes a nationalized 5G network, as do all five FCC commissioners.” Eighteen Senate Republicans led by Communications, Technology, Innovation, and the Internet Subcommittee Chairman John Thune, R-S.D., wrote to President Donald Trump, to argue against, “nationalizing 5G and experimenting with untested models for 5G deployment,” and in favor of previous White House efforts, which emphasized the private sector building multiple 5G networks. They did not mention Rivada. “While we recognize the need for secure communications networks for our military, we are concerned that such a proposal threatens our national security,” their letter said. “When bad actors only need to penetrate one network, they have a greater likelihood of disrupting the United States' communications services.” The spectrum sharing RFI Dynamic spectrum sharing is a technology the Defense Department is working to develop. The Pentagon recently announced six vendors would take part in a test bed at Hill Air Force Base in Utah, part of $600 million investment into 5G experimentation. The new RFI for spectrum sharing, developed in part by the office of DoD chief information officer, is another step forward in developing ways to share spectrum so the DoD systems that will rely on 5G, like many radar systems, can continue operating unencumbered. A major problem, according to former FCC commissioner Harold Furchtgott-Roth, is that the RFI is “vaguely worded and at times not very accurately worded.” “A benign interpretation of the RFI is that they're really focused on the technology and not on non-federal networks,” said Furchtgott-Roth, now a senior fellow at the Hudson Institute. “But the less benign is that ‘5G' is really a codeword for civilian networks.” Though the RFI has caused outcry, Furchtgott-Roth told C4ISRNET that the RFI did raise “good questions” about spectrum sharing with commercial companies. One of the routes the Pentagon explores in the RFI is leasing the spectrum it owns instead of reallocating. “The Department believes that more spectrum sharing must be the norm and that technology is a way to achieve greater sharing,” said Goemaere, the DoD spokesman. “As a result, DOD is looking for new approaches to spectrum policy, access, and use, and for innovative spectrum sharing technologies. This RFI seeks to expand DOD's knowledge base, understand the state-of-the-art, and inform future DoD research, development and acquisition activities.” Asked if the source selection process would be competitive, Goemaere told C4ISRNET that the DoD will “follow Federal Acquisition Regulations if any further acquisition is sought on this effort.” Furchtgott-Roth said that the leasing aspect raises questions about the DoD's authority to rent out federal assets — a piece that the DoD is also looking for answers to in its RFI. Any RFP would likely need to be a multi-award contract. Given the DoD's challenges with sole-source contracts in the past, particularly its Joint Enterprise Infrastructure Cloud, multiple vendors are likely needed. “It's hard to imagine that the Pentagon would want to repeat that disaster,” Furchtgott-Roth said. https://www.c4isrnet.com/battlefield-tech/it-networks/5g/2020/10/22/talk-of-national-5g-plan-from-dod-causes-confusion-concern-among-lawmakers/

  • Contract Awards by US Department of Defense - December 17, 2020

    18 décembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 17, 2020

    ARMY Honeywell International, Phoenix, Arizona, was awarded a $1,105,100,580 modification (P00002) to contract W56HZV-20-D-0062 for the Automotive Gas Turbine 1500 engine program. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $40,717,442 modification (P00054) to contract W58RGZ-16-C-0023 for a Longbow Crew Trainer and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2025. Fiscal 2010 other procurement (Army) funds in the amount of $40,717,442 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. L3 Technologies Inc., Salt Lake City, Utah, was awarded a $29,197,837 firm-fixed-price contract for the manned/unmanned teaming hardware, as well as technical and engineering support, for the Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of June 30, 2023. Fiscal 2021 aircraft procurement (Army) funds; and 2022 Foreign Military Sales (Morocco, Netherlands, Qatar, United Arab Emirates and United Kingdom) funds in the amount of $29,197,837 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-F-0144). CORRECTION: The $837,591,519 multiple award contract announced on Dec. 16, 2020, to Central Lake Armor Express,* Central Lake, Michigan (W91CRB-21-D-0004); Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-21-D-0005); Carter Enterprises LLC,* Brooklyn, New York (W91CRB-21-D-0006); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-21-D-0007); and Slate Solutions Inc.,* Sunrise, Florida (W91CRB-21-D-0008), for the Soldier Protection System was actually awarded today, Dec. 17, 2020. NAVY Perspecta Enterprise Solutions LLC, Herndon, Virginia, is awarded a $797,344,313 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00039-13-D-0013 for the existing Next Generation Enterprise Network (NGEN). The total cumulative value of this contract is an estimated $6,661,441,247. The contract modification is for services provided under NGEN support for approximately 400,000 seats representing more than 650,000 Navy and Marine Corps users at more than 2,500 locations. NGEN provides net centric data and information technology services for comprehensive, end-to-end information services through a common computing and communication environment to Navy and Marine Corps military, civilian and contractor users. The services provided under NGEN are enterprise services; network services; voice, video and data services; information security services; support services; and testing services. Work will be performed throughout the U.S. with an expected completion date of Sept. 30, 2021. No additional funding will be placed on contract or obligated at the time of modification award. Contract funds will be obligated on individual task orders and will expire at the end of the fiscal year. This contract modification will add four option periods under the base NGEN contract with a potential period of performance of nine months if all options are exercised. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), one source or limited sources (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $186,411,242 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the AN/SLQ-25E ‘NIXIE' electro-acoustic towed torpedo countermeasure system. This contract includes options which, if exercised, would bring the cumulative value of this contract to $268,514,278. Work will be performed in Braintree, Massachusetts (58%); Manchester, New Hampshire (25%); Lititz, Pennsylvania (13%); and Huntington Beach, California (4%), and is expected to be completed by December 2026. Fiscal 2020 other procurement (Navy) $2,200,000 funding 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 two offers received. The Naval Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity (N00253-20-D-0002). Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co., Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co., Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. The work to be performed provides for general construction services including new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. After award of this modification, the total maximum dollar value for all six contracts combined will be $429,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by September 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded firm-fixed-price task order N62473-21-F-4212 at $53,611,262 under a multiple award construction contract for design and construction of a mess hall and consolidated warehouse at Marine Corps Base Camp Pendleton (MCBCP), California. Work will be performed in MCBCP, California, and is expected to be completed by February 2025. The work to be performed provides for constructing a dining facility and a consolidated regimental supply warehouse and the project includes cybersecurity features, paving and site improvements including parking areas, roadways, curbs, gutters, sidewalks, landscaping, trash enclosures and signs. Demolition includes the removal of nine buildings. Fiscal 2020 military construction (Navy) contract funds in the amount of $53,611,262 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5858). BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,681,208 cost-plus-award-fee modification to exercise an option on previously awarded contract N00024-20-C-2320 for the accomplishment of post shakedown availability (PSA). The PSA is for one Freedom variant Littoral Combat Ship. Work will be performed in Mayport, Florida, and is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) ($942,895; 57%); and 2019 shipbuilding and conversion (Navy) ($711,306; 43%) funding will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. CACI Inc.-Federal, Chantilly, Virginia, is awarded a $20,317,601 cost-plus-fixed-fee contract action in support of acquisition and integrated logistics for the Program Executive Office (PEO), Integrated Warfare Systems (IWS), Front Office (FO). Tasking includes support to the broad areas of acquisition and integrated logistics for the current and future programs and their variants assigned to PEO IWS. Support includes the development and management of cross-program and cross-organization policies and practices for the full range of acquisition and integrated logistics support (ILS). The tasking is integral to the execution of legacy, current and future integrated combat systems, above water sensors, surface ship weapons, air and missile defense systems, undersea warfare systems, command and control systems, unmanned vehicles, navigation systems and human systems integration, as well as training, open architecture, interoperability and joint and coalition initiatives. Tasking includes professional support to PEO IWS FO and IWS directorates for acquisition support and ILS. Work will be performed at the Washington Navy Yard, Washington, D.C. Work is expected to be completed on April 30, 2021. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $3,003,490 (33%); fiscal 2021 other procurement (Navy) funds in the amount of $3,036,21 (34%); fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,045,541 (12%); fiscal 2020 research development test and evaluation funds in the amount of $1,556,168 (17%); and Foreign Military Sales funds in the amount of $378,842 (4%) will be obligated at time of award and will expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-21-C-B002). Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4021 at $12,849,000 under a multiple award construction contract for constructing an annex and renovating Building 4100H at Joint Base Pearl Harbor-Hickam, Hawaii. The annex work to be performed provides for constructing a two-story annex to Building 4100H and the work includes foundations, concrete beams, slabs, walls and footings; metal decking and roofing; and mechanical, electrical and communications management systems. The renovation work includes reconfiguring the interior and includes renovation of restroom spaces, replacing all interior finishes throughout the building to include new flooring, ceiling systems and painting interior walls and upgrading the electrical systems. The task order also contains two line items, which, if awarded, would increase cumulative task order value to $13,870,618. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2022. Fiscal 2018 military construction (Air Force Reserve) contracts funds in the amount of $8,552,000 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Air Force Reserve) contract funds in the amount of $4,297,000 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4003). Viasat Inc., Duluth, Georgia, is awarded a $10,882,119 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides technical support, non-warranty hardware repair or replacement, obsolescence management, on-site maintenance, preventative maintenance, spare parts and replacement pedestals in support of the pedestal improvement project for the Atlantic Test Range Aircraft Signature and Avionics Measurement branch. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0012). Alan Shintani Inc.,* Waipahu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4042 at $8,964,485 under a multiple award construction contract for a Navigation, Seamanship and Shiphandling Trainer (NSST) at Ford Island, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for the construction of an NSST and its supporting complement of rooms within an existing hangar building and includes electrical, mechanical, architectural, control system and fire protection work. The task order also contains one line item, which if awarded, would increase the cumulative task order value to $9,040,255. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,964,485 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4028). AIR FORCE Raytheon Co., Largo, Florida, has been awarded a ceiling of $611,500,000, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable-no-fee, indefinite-delivery/indefinite-quantity contract for command and control switching systems (CCSS). This contract provides electronic digital telecommunications system developed for military command and control. The CCSS is the key component of the Defense Red Switch Network, enabling secure and non-secure voice and data telecommunications at multiple levels, large scale voice conferencing capabilities and is inter-operable with other secure devices. CCSS switches are accredited by the Defense Intelligence Agency for top secret/sensitive compartmentalized information multi-level security. The life-cycle logistics support for operational CCSS provide program management, product configuration management, data management, quality control and assurance, contractor logistics support, spare parts replenishment and management, hardware and software support and engineering and technical services. Work will be performed at multiple government facilities and is expected to be completed by Dec. 31, 2032. This award is the result of a sole-source acquisition. Fiscal 2020 operation and maintenance funds in the amount of at least $452,034 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-20-D-0001). The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $300,000,000 bilateral modification (P00006) to contract FA8819-18-D-0009 for additional engineering support services, systems engineering for complex systems, specialized research and development and other support functions. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $186,000,000 to $486,000,000. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed May 10, 2025. The total ceiling of the contract is $486,000,000. Fiscals 2017, 2018, 2019, 2020 and 2021 research, development, test and evaluation funds are being used with no funds being obligated at the time of award. The Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. Shenandoah Fleet Maintenance and Management LLC, Warrenton, Virginia, has been awarded a $9,384,408 cost-reimbursable definitive contract for Logistics Readiness Squadron/Logistics Readiness Vehicles. This contract provides 866 fleet management and analysis services and scheduled/unscheduled maintenance for approximately 639 vehicles assigned to Robins Air Force Base, Georgia, and perform roadside services within the permissible operating distance of 100 miles. Work will be performed at Robins AFB, Georgia, is expected to be completed Jan. 31, 2026. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,283,488 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-21-C-0004). (Awarded Dec. 14, 2020) DEFENSE LOGISTICS AGENCY Terma North America Inc., Warner Robins, Georgia, has been awarded a maximum $306,480,755 fixed-price, indefinite-delivery/indefinite-quantity contract for the production, repair and engineering support of various types of aircraft electronic countermeasure systems. 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 ten-year contract with no option periods. Location of performance is Georgia, with a Dec. 17, 2030, ordering period end date. Using customers are Air Force and various foreign customers. Type of appropriation is fiscal 2021 through 2031 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-21-D-0003). Oro Manufacturing Co., Monroe, North Carolina, has been awarded a maximum $10,608,476 indefinite-quantity, long-term contract for aircraft seat aviation life support equipment. 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 five-year contract with no option periods. Location of performance is North Carolina, with a Nov. 29, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-21-D-0037). (Awarded Dec. 4, 2020) DEFENSE FINANCE AND ACCOUNTING SERVICE Ernst & Young LLP, Washington, D.C., is being awarded a labor-hour contract option with a maximum value of $33,128,772 for audit services of the Department of the Air Force General Fund and Working Capital Fund financial statements and examination. Work will be performed in Washington, D.C., with an expected completion date of Dec 31, 2021. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $125,830,971. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $33,128,772 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0148). KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $12,097,714 for audit services of the U.S. Army Corps of Engineers (USACE) Civil Works (CW) and Sub-allotted Funds financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Dec. 31, 2021. This contract is the result of a competitive acquisition for which three quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820. This award brings the total cumulative value of the contract to $45,358,627. Fiscal 2021 USACE CW revolving funds in the amount of $12,097,714 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2450931/source/GovDelivery/

  • Boeing Recruiting German Super Hornet Industry Team

    14 janvier 2022 | International, Aérospatial

    Boeing Recruiting German Super Hornet Industry Team

    Boeing has begun taking the first steps toward establishing an industrial team in Germany to provide support for a planned fleet of F/A-18 Super Hornets and EA-18G Growlers that would replace the country's Panavia Tornado fleet.

Toutes les nouvelles