12 janvier 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - January 11, 2021

DEFENSE LOGISTICS AGENCY

Beacon Point Associates LLC, Cape Coral, Florida, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 65 responses received. This is a five-year contract with no options. Location of performance is Florida, with a Feb. 28, 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-0002).

Unimex Corp.,** Sterling, Virginia, has been awarded a maximum $12,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for environmental controllers. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Virginia, with a Jan. 10, 2022, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-21-D-0127).

AIR FORCE

Haight Bey & Associates, West Haven, Utah, has been awarded a $35,888,778 firm-fixed-price and cost-reimbursable, indefinite-delivery/indefinite-quantity contract for AN/TMQ-53 Tactical Meteorological Observing System contractor logistics support. This contract provides spares, repairs, obsolescence management, engineering change proposals and special projects in support of the TMQ-53 system. Work will be performed in West Haven, Utah, and is expected to be completed July 2027. Fiscal 2021 operation and maintenance funds in the amount of $578,060 are being obligated with the first delivery order at the time of contract award. The Aerospace Management Systems Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-D-0003).

Merrill Corp., doing business as Mission Support Inc., Clearfield, Utah, has been awarded a $10,123,784 firm-fixed-price contract for B-52 strut repair. Work will be performed in Clearfield, Utah, and is expected to be complete by Dec. 28, 2021. The award is the result of a sole-source solicitation. Fiscal 2020 operation and maintenance funds in the amount of $2,885,422 are being obligated at the time of the award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-21-C-0001).

WASHINGTON HEADQUARTERS SERVICES

Boston Consulting Group, Bethesda, Maryland (HQ0034-16-A-0003), has been awarded a firm-fixed-price contract with a maximum amount of $29,978,698. This contract is to provide Marine Corps programs and resources support for their organizational requirements, resourcing, risk and reporting requirements (similar to a 10-K). Work performance will take place at the Mark Center, Alexandria, Virginia. Appropriate fiscal 2021 operation and maintenance funds will be obligated at time of the award. The expected completion date is Jan. 10, 2022. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

American Superconductor Corp.,* Devens, Massachusetts, is awarded a $14,940,659 hybrid firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract in support of the supplies and services required to deliver a high temperature superconducting degaussing system (HTS). This procurement is for the delivery of an HTS, in accordance with the landing platform docks-class configuration. This includes the fabrication, testing and delivery of a ship's set of components/materials; the analysis of configuration based engineering change proposals; and vendor representative support during installation. The HTS degaussing system components/materials include a control unit, power modules, junction boxes, cryo-coolers, accumulation tanks, HTS degaussing cable assemblies and cold gas lines. Work will be performed in Ayer, Massachusetts (95%); and Pascagoula, Mississippi (5%), and is expected to be completed by September 2023. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $10,497,232 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured 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, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-21-D-4011).

Raytheon Missiles and Defense, Tucson, Arizona, is awarded an $8,520,414 cost-type undefinitized contract for procurement of long lead material in support of Standard Missile-2 (SM-2) Foreign Military Sales (FMS) production requirements to include all up rounds, instrumental kits, engineering services and spares. This contract involves FMS to Korea, Denmark, Netherlands, Spain, Taiwan and Japan. Work will be performed in Hengelo Overijssel, Netherlands (51%); McKinney, Texas (32%); and Tucson, Arizona (17%), and is expected to be completed by March 2023. FMS Korea funding in the amount of $1,807,362 (42%); FMS Denmark funding in the amount of $1,073,800 (25%); Memorandum of Understanding Netherlands funding in the amount of $494,872 (12%); FMS Spain funding in the amount of $451,840 (11%); FMS Taiwan funding in the amount of $344,259 (8%); and FMS Japan funding in the amount of $86,064 (2%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the authority from 10 U.S. Code 2304 (c) (4) (international agreement). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5411).

ARMY

Eastman Aggregate Enterprises LLC,* Lake Worth, Florida, was awarded an $11,013,889 firm-fixed-price contract for shore protection and beach renourishment. Bids were solicited via the internet with five received. Work will be performed in Fort Lauderdale, Florida, with an estimated completion date of April 30, 2022. Fiscal 2018 flood control and coastal emergencies funds in the amount of $11,013,889 were obligated at the time of the award. The U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-21-C-0004).

*Small business
**Women-owned small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2468302/source/GovDelivery/

Sur le même sujet

  • Defence contractors target Australia as it gears up to counter China

    2 mars 2023 | International, Autre défense

    Defence contractors target Australia as it gears up to counter China

    As close U.S. ally Australia gears up to counter China's growing influence in the Indo-Pacific region, global defence contractors this week showed off advanced drones, long-range missiles and military communications satellites at its biggest air show.

  • Poland buys hundreds of Naval Strike Missiles in $2 billion deal

    5 septembre 2023 | International, Terrestre

    Poland buys hundreds of Naval Strike Missiles in $2 billion deal

    The contract will enable the military to boost its coastal defense capabilities along the Baltic Sea.

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

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

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

    AIR FORCE Accenture Federal Services LLC, Arlington, Virginia (FA7014-20-D-0006); Booz Allen Hamilton Inc., Arlington, Virginia (FA7014-20-D-0007); Deloitte Consulting LLP, Arlington, Virginia (FA7014-20-D-0008); Digital Mobilizations Inc., Warrenton, Virginia (FA7014-20-D-0010); KMPG LLP, McLean, Virginia (FA7014-20-D-0009); BCG Federal Corp., Bethesda, Maryland (FA7014-20-D-0005); Grant Thornton Public Sector LLC, Arlington, Virginia (FA7014-20-D-0004); and McKinsey & Co. Inc., Washington, D.C. (FA7014-20-D-0003), has been awarded a ceiling $990,000,000 multiple-award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract to provide advisory and assistance services to support the Deputy Assistant Secretary of the Air Force Office of Business Transformation and Deputy Chief Management Officer in managing and improving strategic transformation initiatives at the enterprise level. Work will be performed at various locations and is expected to be completed June 16, 2027. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 for each contract are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. NORTHCON Inc., Hayden, Indiana (FA4814-20-D-0005); Pro-Mark Services Inc., West Fargo, North Dakota (FA4814-20-D-0006); Danner Construction Co. Inc., Tampa, Florida (FA4814-20-D-0007); ABBA Construction Inc., Jacksonville, Florida (FA4814-20-D-0008); Bay Area Building Solutions, Tampa, Florida (FA4814-20-D-0009); HCR Construction Inc., Norcross, Georgia (FA4814-20-D-0010); OAC Action Construction Corp., Miami, Florida (FA4814-20-D-0011); Frazier Engineering, Melbourne, Florida (FA4814-20-D-0012); Benaka Inc., New Brunswick, New Jersey (FA4814-20-D-0013); RELYANT Global LLC, Maryville, Tennessee (FA4814-20-D-0014); Polu Kai Services LLC, Falls Church, Virginia (FA4814-20-D-0015); Nisou LGC JV LLC, Detroit, Michigan (FA4814-20-D-0016); KMK Construction Inc., Jacksonville, Florida (FA4814-20-D-0017); Burgos Group LLC, Medford, New Jersey (FA4814-20-D-0018); A&H-Ambica JV LLC, Livonia, Michigan (FA4814-20-D-0019); P&S Construction Inc., Chelmsfor, Massachusetts (FA4814-20-D-0020); Northstar Contracting Inc., Cleveland, Ohio (FA4814-20-D-0021); ESA South Inc., Cantonment, Florida (FA4814-D-20-0022); and RUSH Construction Inc., Titusville, Florida (FA4814-D-20-0023), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for execution of a broad range of maintenance, repair and minor construction projects affecting real property at MacDill Air Force Base, Florida; and Avon Park Air Force Range, Florida. Work is expected to be completed June 16, 2027. Fiscal 2020 operations and maintenance funds in the amount of $9,500 will be obligated at the time of award. The 6th Contracting Squadron, Tampa, Florida, is the contracting activity. Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $18,733,197 firm-fixed-price, cost-plus-fixed-fee modification (P00026) to contract FA8615-17-C-6047 for active electronically scanned array radars of Air Force F-16 aircraft. The contract modification is for definitization of the radio frequency target generator, additional support equipment and software development to support Phase Two. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by April 2023. Fiscal 2018 aircraft procurement funds in the amount of $3,510,172; and fiscal 2020 research, development, test and evaluation funds in the amount of $10,103,436 are being obligated at the time of award. Total cumulative face value of the contract is $1,027,044,025. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded $145,598,728 for a not-to-exceed, undefinitized contract action for long lead time material in support of one Amphibious Assault Ship (General Purpose) Replacement (LHA(R)) and Flight 1 Ship (LHA 9). Work will be performed in Milwaukee, Wisconsin (42%); Baltimore, Maryland (24%); Pascagoula, Mississippi (17%); Cranberry Township, Pennsylvania (10%); Fairfield, Ohio (6%); and Warminster, Pennsylvania (1%). Work to be performed is the procurement of long lead-time material for LHA 9, the fourth (LHA(R)) America Class and the second LHA(R) Flight 1 variant. Work is expected to be complete by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) advance procurement funding in the amount of $145,598,728 will be obligated at award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured with only one responsible source. No other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2437). Barnhart-Reese Construction Inc.,* San Diego, California (N62473-17-D-4635); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-17-D-4636); I.E.-Pacific Inc.,* Escondido, California (N62473-17-D-4637); and R.A. Burch Construction Co. Inc.,* Ramona, California (N62473-17-D-4638), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value, including the base year and four option years for all four contracts combined, has increased from $99,000,000 to $191,000,000. The contracts are for new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build, of general building construction at various federal sites and government installation locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. Work will be performed in various locations, including but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). No funds are being obligated on this award, and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M), Navy; O&M, Marine Corps; and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website. The NAVFAC Southwest, San Diego, California, is the contracting activity. L3 Technologies Inc. KEO, Northampton, Massachusetts, is awarded a $17,275,863 firm-fixed-price modification to previously awarded contract N00024-15-C-6250 for options to procure spare parts for the photonics mast program. Work will be performed in Northampton, Massachusetts, and is expected to be complete by February 2022. Fiscal 2020 other procurement (Navy) funding in the amount of $2,831,502 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Epsilon Systems Solutions Inc.,* San Diego, California, is awarded a $17,175,335 cost-plus-fixed-fee contract for Southwest Regional Maintenance Center (SWRMC) support services. Work will be performed in San Diego, California. The SWRMC production department Code 900 is responsible for providing intermediate-level (I-Level) maintenance and repair support and selective maintenance training to over 100 surface ships, submarines, shore activities and other commands of the U.S. Pacific Fleet. SWRMC Production Department is broken into four product families, and each contains multiple product lines and shops. The SWRMC production department product families currently consist of corrosion control products, engine products, machine products and combat systems product family. Within the SWRMC production department, there are also production control division, I-Level planning division and an off-site facility. Work is expected to be complete by September 2021. This contract includes options which, if exercised, would bring the cumulative value of this contract to $106,240,249. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $1,431,278 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, and four offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-20-C-0003). Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $16,026,098 modification (P00001) to cost-plus-fixed-fee order N00019-20-F-0817 against previously issued basic ordering agreement N00019-19-G-0008. This order procures support to manage diminishing manufacturing sources in support of the F-35 Program for the Air Force, Navy and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be complete by June 2021. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $6,586,406; fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,586,406; and non-DOD participant funds in the amount of $2,853,286 will be obligated at time of award, of which $6,586,406 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Phillips Corp., Hanover, Maryland, is awarded a $12,790,000 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures equipment related services necessary for the inspection, evaluation, repair, upgrade, training and rebuild for the sustainment of industrial plant equipment that is required to adequately support overhauling and repairing fleet aircraft, engines and components in support of the Commander Fleet Readiness Centers. Work will be performed in North Island, California (50%); Cherry Point, North Carolina (35%); and Jacksonville, Florida (15%), and is expected to be complete by June 2023. 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 Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0017). DEFENSE LOGISTICS AGENCY Federal Prison Industries Inc., Washington, D.C., has been awarded a maximum $17,548,000 modification (P00007) exercising the first one-year option period of one-year base contract SPE1C1-19-D-F027 with four one-year option periods for coveralls. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Georgia, Arizona, Washington, D.C., and Mississippi, with a June 20, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. The Entwistle Co., Hudson, Massachusetts, has been awarded a maximum $8,135,400 firm-fixed-price contract for air launch and recovery equipment shuttle assemblies. 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 42-month contract with no option periods. Location of performance is Massachusetts, with a Dec. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-Z043). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY PAR Government Systems Corp., Rome, New York, was awarded an $11,920,160 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop methods that exploit semantic inconsistencies in falsified media to perform tasks across media modalities and at scale. Work will be performed in Rome, New York, with an expected completion date of June 2024. Fiscal 2020 research, development, test and evaluation funding in the amount of $1,500,000 are being obligated at time of award. This contract was a competitive acquisition under a full and open broad agency announcement and 37 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0126). ARMY ControlPoint Surveying Inc.,* Honolulu, Hawaii (W9128A-20-D-0002); Masa Fujioka & Associates,* Aiea, Hawaii (W9128A-20-D-0003); and Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-20-D-0004), will compete for each order of the $9,900,000 firm-fixed-price contract for indefinite-delivery architect-engineer services for miscellaneous projects in the Pacific region. 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 June 16, 2025. U.S. Army Corps of Engineers Honolulu, Hawaii, is the contracting activity. Honeywell International Inc., Phoenix, Arizona, was awarded a $7,738,247 modification (P00101) to contract W56HZV-12-C-0344 for hardware and services exercise of options for the Total Integrated Engine Revitalization Automated Gas Turbine 1500 program for the Abrams tank and family of vehicles. Work will be performed in Phoenix, Arizona, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Army working capital funds; and weapons and tracked combat vehicle procurement (Army) funds in the amount of $7,738,247 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2223800/source/GovDelivery/

Toutes les nouvelles