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

Contract Awards by US Department of Defense - January 13, 2021

ARMY

Regeneron Pharmaceuticals Inc., Tarrytown, New York, was awarded a $2,625,000,000 firm-fixed-price contract for 1.25 million courses of a monoclonal antibody therapeutic (a combination of casirivimab and imdevimab) for COVID-19. Bids were solicited via the internet with one received. Work will be performed in Tarrytown, New York, with an estimated completion date of Jan. 11, 2022. Fiscal 2022 research, development, test and evaluation (Army) funds in the amount of $2,625,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-21-C-0014). (Awarded Jan. 12, 2021)

International Business Machines Corp., Bethesda, Maryland, was awarded a $17,758,596 modification (P00094) to contract W52P1J-17-C-0008 for services and solutions to support and maintain the General Fund Enterprise Business System Financial System Army-wide. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2022. Fiscal 2021 operation and maintenance (Army) funds; and 2020 and 2021 research, development, test and evaluation (Army) funds in the amount of $17,758,596 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NAVY

Data Link Solutions LLC, Cedar Rapids, Iowa (N00039-21-A-1001); and DRS Laurel Technologies Partnership, Johnstown, Pennsylvania (N00039-21-A-1002), are each awarded $150,000,000 firm-fixed-price blanket purchase agreements (BPAs) for electronic equipment cabinets. These BPAs cover the production of up to 150 units per contractor along with the associated program management, testing and logistics support to deliver the units. Units will be manufactured in Cedar Rapids, Iowa; and Johnstown, Pennsylvania, with an expected completion date of January 2023. The total potential value of these BPAs is $150,000,000 per vendor. The total length of the ordering period is 24 months. Fiscal 2021 other procurement (Navy) funds will be obligated on a delivery order level issued under the BPA at the time of placement of individual delivery calls. These BPAs were negotiated using the procedures defined under Federal Acquisition Regulation 13.5 for individual orders less than $15,000,000. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is awarded a $101,470,782 firm-fixed-price, cost-plus-fixed-fee modification (P00015) to previously awarded contract N00019-18-C-1007. This modification procures 21 T408-GE-400 turboshaft engines and associated engine, programmatic and logistics services in support of CH-53K Lot Five low rate initial production aircraft. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount $101,470,782 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.

MN-BMCD SE JV, Tampa, Florida, is awarded a maximum-value $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for professional architectural and engineering services in support of waterfront projects in the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of responsibility (AOR). The work to be performed provides for preparation of professional architectural and engineering services for preparation of design-bid-build documents and design-build requests for proposals for various project types in support of waterfront and marine facilities at Department of Defense (DOD) and non-DOD activities in the NAVFAC Southeast AOR. Future task orders will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. Work will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AOR including, but not limited to Florida (30%); Georgia (30%); Andros Island, Bahamas (10%); Guantanamo Bay, Cuba (10%); South Carolina (5%); Louisiana (5%); Mississippi (5%); and Texas (5%), and is expected to be completed by February 2026. An initial task order to conduct a site engineering investigation and concept design workshop for P-021 lighterage wharf and lift-launch pier at Marine Corps Support Facility Blount Island, Florida, is included with the award and is expected to be completed by April 2021. Fiscal 2021 military construction (Navy) funds in the amount of $202,780 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 Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-21-D-0002).

Chatmon-VJR JV LLC,* La Place, Louisiana, is awarded a maximum-value $49,000,000 indefinite-delivery/indefinite-quantity contract for roofing projects at various military installations in the metropolitan San Diego, California, area, including Naval Base Coronado, Naval Base Point Loma, Naval Base San Diego, and Marine Corps Air Station Miramar. No task orders are being issued at this time. The work to be performed is for repair, removal and replacement of roofing systems at various military installations in the metro San Diego area. Projects may include, but are not limited to, roofing services with minimal design requirements for new minor construction, facility repair, rehabilitation and alterations for a broad range of renovation and construction work. Future task orders will be primarily funded by operation and maintenance (Navy) funds. Work will be performed in San Diego, California, and is expected to completed by January 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-2601).

Essex Electro Engineers Inc.,* Schaumburg, Illinois, is awarded a $46,638,225 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the production and delivery of up to a maximum quantity of 575 land-based mobile electric power plant units to provide 120KVA 115 VAC 400 Hz/270VDC/28VDC electric power to support general aircraft maintenance for all Navy aircraft platforms. Work will be performed in Schaumburg, Illinois, and is expected to be completed in January 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside and five offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-D-0049).

Team Corp., Burlington, Washington, is awarded a $26,417,062 firm-fixed-price contract. This contract provides 24 environmental testing systems that simulate the effects of climatic, induced thermal, dynamic and loads environments. The environmental testing systems support the development, design, environmental qualification, airworthiness, product improvement and failure investigations of Department of Defense weapon and target systems. The scope of this requirement is to design, manufacture, test and install the environmental testing systems. Support services include lead system integration, building and laboratory design specifications support, project management, equipment installation and training. Work will be performed in Burlington, Washington (50%); and China Lake, California (50%), and is expected to be completed in January 2024. Fiscal 2020 other procurement (Navy) funds in the amount of $26,417,062 will be obligated at time of award, none 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. The Naval Air Warfare Center, Weapons Division, Point Mugu, California, is the contracting activity (N68936-21-C-0032).

DEFENSE LOGISTICS AGENCY

Puerto Rico Apparel Manufacturing Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $12,775,524 modification (P00026) exercising the second one-year option period of one-year base contract SPE1C1-19-D-1127 with four one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Jan. 15, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

San Antonio Light House for the Blind,*** San Antonio, Texas, has been awarded a maximum $8,295,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year base contract with two one-year option periods. Location of performance is Texas, with a Jan. 13, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-B101).

*Small business
**Economically disadvantaged woman-owned small business in historically underutilized business zones
***Mandatory source

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2471330/source/GovDelivery/

Sur le même sujet

  • North Korean troops likely to join Ukraine war, Pentagon says

    30 octobre 2024 | International, Terrestre

    North Korean troops likely to join Ukraine war, Pentagon says

    Some North Korean soldiers heading toward Kursk have received Russian uniforms and equipment.

  • AeroVironment Awarded $10.7 Million Puma™ 3 AE Contract for United States Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program

    14 avril 2020 | International, Aérospatial

    AeroVironment Awarded $10.7 Million Puma™ 3 AE Contract for United States Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program

    Simi Valley, Calif., April 7, 2020 – AeroVironment, Inc. (NASDAQ:AVAV), a global leader in unmanned aircraft systems (UAS), today announced its receipt of a $10,677,987 firm-fixed-price contract award for Puma™ 3 AE systems and spares on Feb. 18, 2020 for the U.S. Navy and Marine Corps Small Tactical Unmanned Aircraft Systems (SUAS) Program. Delivery is anticipated by April 2020. “Puma 3 AE is a combat-proven enabler of U.S. Navy and Marine Corps tactical operations, providing persistent situational awareness, expeditionary reconnaissance, surveillance, and target acquisition, force protection and overwatch – anywhere and at any time,” said Rick Pedigo, AeroVironment vice president of business development. “Its versatility, ruggedness and reliability in a wide range of operating environments – over land and sea – consistently provide the actionable intelligence warfighters need to proceed with certainty.” The AeroVironment Puma 3 AE is a fully man-portable unmanned aircraft system designed for land and maritime operations. The hand-launched Puma 3 AE has a wingspan of 9.2 feet (2.8 meters), weighs 15 pounds (6.8 kilograms) and can operate for up to 2.5 hours at a range of up to 12.4 miles (20 kilometers) with a standard antenna, and up to 37.2 miles (60 kilometers) with AeroVironment's Long-Range Tracking Antenna (LRTA). Capable of landing in water or on land, the all-environment Puma, with its Mantis i45 EO/IR sensor suite, empowers the operator with extended flight time and a level of imaging capability never before available in the small UAS class. AeroVironment's family of small UAS comprises the majority of all unmanned aircraft in the U.S. Department of Defense (DoD) inventory and its rapidly growing international customer base numbers more than 45 allied governments. To learn more visit www.avinc.com. About AeroVironment Tactical UAS The RQ-20A/B Puma™, Puma™ LE, RQ-11B Raven®, RQ-12A Wasp®, together with the VAPOR® Helicopter comprise AeroVironment's family of tactical unmanned aircraft systems. This family of systems provides increased capability to the warfighter that gives ground commanders the option of selecting the appropriate aircraft based on the type of mission to be performed. This increased capability has the potential to provide significant force protection and force multiplication benefits to small tactical units and security personnel. AeroVironment provides logistics services worldwide to ensure a consistently high level of operational readiness. AeroVironment has delivered thousands of new and replacement tactical unmanned air vehicles to customers within the United States and to more than 45 allied governments. About AeroVironment, Inc. (AV) AeroVironment (NASDAQ: AVAV) provides customers with more actionable intelligence so they can proceed with certainty. Based in California, AeroVironment is a global leader in unmanned aircraft systems and tactical missile systems, and serves defense, government and commercial customers. For more information visit www.avinc.com. Safe Harbor Statement Certain statements in this press release may constitute "forward-looking statements" as that term is defined in the Private Securities Litigation Reform Act of 1995. These statements are made on the basis of current expectations, forecasts and assumptions that involve risks and uncertainties, including, but not limited to, economic, competitive, governmental and technological factors outside of our control, that may cause our business, strategy or actual results to differ materially from those expressed or implied. Factors that could cause actual results to differ materially from the forward-looking statements include, but are not limited to, our ability to perform under existing contracts and obtain additional contracts; changes in the regulatory environment; the activities of competitors; failure of the markets in which we operate to grow; failure to expand into new markets; failure to develop new products or integrate new technology with current products; and general economic and business conditions in the United States and elsewhere in the world. For a further list and description of such risks and uncertainties, see the reports we file with the Securities and Exchange Commission. We do not intend, and undertake no obligation, to update any forward-looking statements, whether as a result of new information, future events or otherwise. E-mail Facebook TwitterShare Additional AV News: click here AV Media Gallery: click here Contact: AeroVironment, Inc. Steven Gitlin +1 (805) 520-8350 pr@avinc.com Mark Boyer For AeroVironment, Inc. +1 (310) 229-5956 mark@boyersyndicate.com View source version on AeroVironment, Inc. : https://www.avinc.com/resources/press-releases/view/aerovironment-awarded-10.7-million-puma-3-ae-contract-for-united-states-nav

  • Contract Awards by US Department of Defense - October 24, 2019

    25 octobre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 24, 2019

    ARMY Frank X. Spencer Inc.,* El Paso, Texas, was awarded a $240,000,000 firm-fixed-price contract for professional land survey architect-engineer services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 23, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-20-D-6001). DEFENSE LOGISTICS AGENCY Combat Medical Systems LLC, Harrisburg, North Carolina, has been awarded a maximum $43,432,160 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is North Carolina, with an Oct. 23, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0003). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $8,055,077 firm-fixed-price contract for men's trousers. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina and New York, with an Oct. 23, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1211). (Awarded Oct. 23, 2019) NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $32,082,297 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-2104 to exercise options for the accomplishment of reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy's moored training ships. This option exercise is for the accomplishment of reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy's moored training ships. General Dynamics Electric Boat Corp. will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear powered submarines. Work will be performed in Groton, Connecticut (90%); and Charleston, South Carolina (10%), and is expected to be complete by September 2021. Fiscal 2020 operations and maintenance (Navy); and other procurement (Navy) funding in the amount of $13,214,312 will be obligated at time of award and $5,514,432 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ViaSat Inc., Carlsbad, California, is awarded a $23,914,150 five-year, firm-fixed-price, long-term requirement contract for the repair support of the Multifunctional Information Distribution System, Low Volume Terminal for the Navy. This is a five-year contract with no option periods. Work will be performed in Oostkamp, Belgium (50%); Carlsbad, California (37%); Palm Bay, Florida (9%); and Lynwood, Washington (4%). Work is expected to be completed by October 2024. Annual working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. A delivery order in the amount of $3,930,305 will be obligated at the time of award. One company was solicited for this sole sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-VK01). FreeAlliance.com LLC,* McLean, Virginia, is awarded a $15,299,578 cost-plus-fixed-fee contract for advanced cyber support services in support of the Marine Corps Cyberspace Operations Group. Work will be performed in Quantico, Virginia. This one-year contract includes four one-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $79,599,761. The period of performance of the base period is Nov. 1, 2019, through Oct. 31, 2020. If all options are exercised, the period of performance would extend through Oct. 31, 2024. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1 million will be obligated at time of award. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1 million will expire at the end of the current fiscal year. This contract was competitively procured via request for proposal N66001-18-R-0011, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Five offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-C-3406). Bristol Design Build Services LLC,* Anchorage, Alaska, is a $14,435,000 firm-fixed-price task order N62473-20-F-4013 under a multiple award construction contract for the design and construction at Repair Building 618 at Naval Amphibious Base, Naval Base, Coronado, California. The work to be performed provides for a three-story unaccompanied housing facility and is being utilized for enlisted program sailors. Repair work includes addressing deteriorated exterior and interior facility systems and components such as fatigued concrete floors, walls and hallways, damaged ceiling tiles, rusted out doors and door casings, cracked concrete stairs, damaged/aging electrical systems and components, mechanical heating, ventilation and air conditioning system, lighting and faulty wet utility/plumbing systems. Work will be performed in Coronado, California, and is expected to be completed by May 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $14,435,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4636). AIR FORCE Lockheed Martin Aeronautics Corp., Marietta, Georgia, has been awarded a not-to-exceed $12,437,030 undefinitized contractual action contract for C-130-J support. The contract will provide long term sustainment (LTS) for France's C-130-J aircraft. Critical components of LTS support include program management support; spares, supply support services; support equipment; diminishing manufacturing sources, sustaining engineering services, sustaining engineering/technical services, field services representatives (FRS), logistics service representatives, contract field team, FSR deployment/travel, technical order updates; technical order print and distribution; country standard time compliance technical orders; depot maintenance; aircraft modifications; and data and configuration management programs. Work will be performed at Marietta, Georgia; and at French air bases, and is expected to be completed by Jan. 1, 2023. This award is the result of a sole source acquisition and is 100% foreign military sales. Foreign Military Sales funds in the amount of $2,487,391 will be obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-20-C-0001). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1998102/source/GovDelivery/

Toutes les nouvelles