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

Contract Awards by US Department of Defense - January 14, 2021

NAVY

DoD Marine Constructors JV, Napa, California (N62473-21-D-1403); The Dutra Group, San Rafael, California (N62473-21-D-1404); Granite-Healy Tibbitts JV, Watsonville, California (N62473-21-D-1405); Manson Construction Co., Seattle, Washington (N62473-21-D-1406); Marathon Construction Corp.,* Lakeside, California (N62473-21-D-1407); R.E. Staite Engineering Inc.,* San Diego, California (N62473-21-D-1408); Reyes Construction Inc., Pomona, California (N62473-21-D-1409); and TNT Constructors, Bremerton, Washington (N62473-21-D-1410), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple-award construction contract for new construction, repair and renovation of waterfront facilities at various government installations located in the Naval Facilities Engineering Systems Command Southwest area of responsibility. These eight businesses may compete for task orders under the terms and conditions of the awarded contract. No task orders are being issued at this time. The maximum dollar value, including the base period and one option year for all eight contracts combined, is $750,000,000. The work to be performed provides for new construction, repair and renovation of waterfront structures and dredging within the North American Industry Classification System Code 237990 by design-build or design-bid-build. Types of projects may include, but are not limited to, dredging and disposal, piers, wharves, quay walls, bulkheads, relieving platforms, cellular structures, dry docks/caissons, break waters, fixed moorings, docks and marinas, pile driving, primary and secondary fender systems, sheet piles and sea walls. The solicitation's requirement for two or more awards to be reserved for highly qualified small businesses was met by the awards to Marathon Construction Corp. and R.E. Staite Engineering Inc. Future task orders will be primarily funded by operation and maintenance (Navy); Navy working capital; and military construction (Navy) funds. Work will be performed at various government installations in states including, but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%), and will be completed by December 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated to each awardee at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov contract opportunities website, with 15 proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

TechFlow Mission Support LLC, doing business as EMI Services, Idaho Falls, Idaho, is awarded a maximum value $128,970,744 indefinite-delivery/indefinite-quantity contract for base operation support services at Naval Air Station Patuxent River, Maryland; Webster Field, St. Inigoes, Maryland; Solomons Annex, Solomons, Maryland; and Point Lookout, St. Mary's County, Maryland. Work will be performed in St. Mary's County, Maryland (92%); and Calvert County, Maryland (8%), and is expected to be complete by March 2029. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $13,269,831 for recurring work will be obligated under the initial task order at time of award and will expire at the end of the current fiscal year. The base operation support services to be performed include general information; management and administration; airfield facilities; and facilities support, including facility management, facility investment, integrated solid waste management, swimming pool services, special event support, utilities management, wastewater management, water services and environmental services. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0002).

The MIL Corp., Bowie, Maryland, is awarded an $80,864,126 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for systems engineering services for assigned Global Radio Frequency Intelligence Networks related technologies and systems in support of the Naval Air Warfare Center Aircraft Division Webster Outlying Field Integrated Command, Control and Intel Division. Work will be performed in Saint Inigoes, Maryland, and is expected to be completed in April 2026. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0010).

Kay and Associates Inc., Buffalo Grove, Illinois, is awarded a $69,515,496 cost-plus-fixed-fee, cost reimbursable modification (P00012) to previously awarded contract N00421-17-C-0044. This modification exercises an option to procure maintenance and support services for F/A-18 aircraft and associated equipment in support of the government of Kuwait. Work will be performed in Kuwait, and is expected to be completed in January 2022. Foreign Military Sales funds in the amount $69,515,496 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded a $39,211,704 firm-fixed-price modification to previously awarded contract N00024-19-C-6402 to exercise options for the production of MK11 shallow water combat submersibles. Work will be performed in Huntsville, Alabama, and is expected to be completed by September 2024. Foreign Military Sales (country name withheld per international agreement) funding in the amount of $39,211,704 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, D.C., is the contracting activity.

Raytheon Co., Keyport, Washington, is awarded a $16,095,857 modification to previously-awarded indefinite-delivery/indefinite-quantity requirements contract N61331-17-D-0001 to exercise options for maintenance and support for the AN/AQS-20 sonar mine detecting set. Work will be performed in Portsmouth, Rhode Island (65%); Keyport, Washington (30%); and Panama City, Florida (5%), and is expected to be completed by January 2022. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

Heffler Contracting Group,* El Cajon, California, is awarded a maximum value $15,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity contract for specialty trade work, additions, alterations and repairs at various facilities located at Travis Air Force Base, California. No task orders are being issued at time of award. The work to be performed will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, specialty trade work. The work performed may include new work, additions, alterations, maintenance and repairs. Future task orders will be primarily funded by operation and maintenance (Navy) funds. Work will be performed at Travis Air Force Base, California, and is expected to be completed by January 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award in order to meet the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with nine proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-1018).

Agile-Bot II LLC,* Reston, Virginia, is awarded a $14,075,424 cost-plus-fixed-fee contract for advanced cyber support services in support of the Marine Corps Cyberspace Operations Group. This one-year contract includes four one-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $72,996,224. All work will be performed in Quantico, Virginia. The period of performance of the base period is from Jan. 14, 2021, through Jan. 13, 2022. If all options are exercised, the period of performance would extend through Jan. 13, 2026. Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $2,991,443 will be obligated at the time of award. This contract was competitively procured via request for proposal N66001-18-R-0011 published on the Federal Business Opportunities website and the NAVWAR 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 (N66001-21-C-0043).

Electrical Equipment Co.,* Norfolk, Virginia, is awarded a $10,976,873 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the delivery of up to a maximum quantity of 620 XVR16 and 380 XVR19 Versa Module Eurocard Single Board computers; four annual XVR19 Open Linux software development kit maintenance licenses; and 120 RES-3000 Ethernet Switch System components for multiple AN/UPX-24(V) Interrogator Set and AN/UPX-46(V) Interrogator System projects in support of Naval Air Warfare Center, Aircraft Division, Combat Integration and Identification Systems. Work will be performed in Norfolk, Virginia, and is expected to be completed in January 2026. 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 via an electronic request for proposal; one offer was received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-21-D-0047).

MISSILE DEFENSE AGENCY

L3Harris Technologies Inc., Fort Wayne, Indiana, is being awarded a firm-fixed-price prototype award with a total value of $121,634,954 through the Missile Defense Agency's authority under 10 U.S. Code § 2371b. This prototype award was competitively solicited among awardees of the Hypersonic and Ballistic Tracking Space Sensor Phase IIa effort, which was competitively awarded as a Prototype Other Transaction pursuant to 10 U.S. Code § 2371b. Four proposals were received. Under this award, the performer will provide the Missile Defense Agency's Hypersonic and Ballistic Tracking Space Sensor program with an on-orbit prototype demonstration, culminating with launch and early orbit testing. The work will be performed in Fort Wayne, Indiana, with an estimated completion date of July 14, 2023. Fiscal 2020 research, development, test and evaluation funds in the amount of $25,000,000 will be obligated at the time of award. These funds will expire at the end of the 2021 fiscal year. Missile Defense Agency, Schriever Air Force Base, Colorado, is the contracting activity (HQ0857-20-9-0001).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, has been awarded a $17,949,424 modification (P00003) to previously awarded System of Systems Enhanced Small Unit (SESU) contract HR0011-20-C-0008. This modification brings the cumulative face value of the contract from $5,162,120 to $23,111,544. Work will be performed in Tewksbury, Massachusetts (39%); Tucson, Arizona (36%); Woburn, Massachusetts (13%); and Clifton, New Jersey (12%), with an estimated completion date of October 2022. Fiscal 2021 research and development funds in the amount of $2,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2473002/source/GovDelivery/

Sur le même sujet

  • F-35 JPO To Increase Fielding Of New Logistics System In 2022

    7 décembre 2021 | International, Aérospatial

    F-35 JPO To Increase Fielding Of New Logistics System In 2022

    The F-35 Joint Program Office is hoping to pick up the pace of deploying its new logistics system in 2022 and take other steps to improve the deployability of the aircraft such as reducing the size of spare packages the jets need.

  • Contracts for May 11, 2021

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

    Contracts for May 11, 2021

    Today

  • Contract Awards by US Department of Defense - May 22, 2019

    23 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - May 22, 2019

    NAVY Raytheon Co., Fullerton, California, is awarded a $234,640,402 fixed-price-incentive, firm-target contract for the low-rate initial production of 23 Joint Precision Approach and Landing Systems. In addition, this contract procures three production and installation engineering development model unit upgrade kits, engineering change proposals, and associated data. Work will be performed in Fullerton, California (68 percent); Cedar Rapids, Iowa (22 percent); and Indianapolis, Indiana (10 percent), and is expected to be completed in August 2023. Fiscal 2019 other procurement (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $49,134,484 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0020). Raytheon Missile Systems, Tucson, Arizona, is awarded a $151,468,431 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for integrated logistics support and repairs for the sustainment of the AIM-9X Block II and Block II+ missiles. These services are in support of the Navy, Air Force, and the governments of Australia, Belgium, Denmark, Finland, Israel, Japan, Korea, Kuwait, Oman, Malaysia, Morocco, Netherlands, Norway, Poland, Romania, Saudi Arabia, Singapore, Switzerland, Taiwan, and Turkey under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona (90.7 percent); Cheshire, Connecticut (7 percent); Andover, Massachusetts (0.7 percent); Burlington, Massachusetts (0.6 percent); Heilbronn, Germany (0.5 percent); and various locations within the continental U.S. (0.5 percent), and is expected to be completed in May 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders as issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0023). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $11,336,274 for modification P00003 to a previously awarded cost-plus-incentive-fee contract (N00019-19-C-0004). This modification exercises an option for deployment and operation of test aircraft in support of the F-35 Lightning II development, production, and sustainment for the Air Force, Navy, and non-U.S. Department of Defense (DoD) participants. Work will be performed in Lakehurst, New Jersey (70 percent); and Eglin Air Force Base, Florida (30 percent), and is expected to be completed in March 2020. Fiscal 2019 research, development, test and evaluation (Air Force and Navy); and non-U.S. DoD participant funds in the amount of $11,336,274 will be obligated at time of award, none of which will expire at the end of the fiscal year. This option combines purchases for the Air Force ($8,791,728; 78 percent); Navy ($224,464; 2 percent) and non-U.S. DoD participants ($2,320,082; 20 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Fullerton, California, is awarded $8,997,334 for modification P00030 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0052) to design, prototype, and test a replacement Joint Precision Approach and Landing System Ship Global Positioning System Sensor Unit (SGSU). This resolves obsolescence driven by part shortages in the Digital Integrated Global Positioning System Anti-Jam Receiver, a major subassembly of the SGSU. Work will be performed in Cedar Rapids, Iowa (59.4 percent); Fullerton, California (40.4 percent); and Indianapolis, Indiana (0.2 percent), and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,997,334 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. Computer Systems Center Inc.,* Springfield, Virginia, is awarded a $7,474,901 indefinite-delivery/indefinite-quantity contract to perform up to 51,180 hours of concept and requirements development and system engineering services for the F-35 Lightning II Offboard Mission Support Integrated Product Team. Work will be performed in Springfield, Virginia (60 percent); China Lake, California (20 percent); Arlington, Virginia (10 percent); and Fort Worth, Texas (10 percent), and is expected to be completed in May 2024. Fiscal 2019 working capital funds (Navy) in the amount of $205,572 will be obligated at time of award, none of which will expire at the end of the fiscal year. This contract combines purchases for the Navy ($4,858,686; 65 percent); and the Foreign Military Sales customers ($2,616,215; 35 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0035). AIR FORCE Sierra Nevada Corp., Sparks, Nevada, has been awarded a $74,902,132 definitive C-type contract for installation of a Degraded Visual Environment System (DVES), which improves situational awareness to pilots and aircrew operating in DVE conditions by adding new functional capabilities to the HH-60G. This contract provides for the procurement, installation, and integration of the DVES solution on 85 HH-60G helicopter aircraft. Work will be performed in Sparks, Nevada, and is expected to be complete by May 21, 2024. This award is a result of a competitive acquisition resulting in three offers received. Fiscal 2019 other procurement funds in the amount of $19,155,984 are being obligated at the time of award. Air Force Material Command, Robins Air Force Base, Georgia, is the contracting activity (FA8552-19-C-0002). The Boeing Co., St. Louis, Missouri, has been awarded a $40,974,754 firm-fixed-price modification (P00026) to previously awarded contract FA8621-16-C-6397 for F-15C and F-15E Mission Training Center Services contractor-furnished, high-fidelity simulation equipment to provide simulation capability to train pilots and weapons system operators. This modification provides four additional pilot/weapon systems officer crew stations devices and their associated equipment in support of aircrew training requirements. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be complete by Feb. 15, 2021. This modification brings the total cumulative face value of the contract to $229,428,492. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $7,758,301 delivery order (FA2521-19-F0139) against previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for Instrumentation Tracking Systems (ITS). This delivery order provides for a 5.5 KVDC transmitter power upgrade for AN/FPS-8a5 Phased Array Radar. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by March 17, 2021. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. (Awarded May 16, 2019) ARMY Caelum Research Corp.,* Rockville, Maryland, was awarded a $22,639,066 hybrid (cost-no-fee and firm-fixed-price) contract for data and information management support services. Twenty five bids were solicited with three bids received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 30, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $3,694,966 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-F-0324). Sentar Inc.,* Huntsville, Alabama, was awarded a $10,426,896 hybrid (cost-no-fee and firm-fixed-price) contract for cyber security and information management support services. Twenty five bids were solicited with six bids received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 30, 2024. Fiscal 2019 operations and maintenance, Army and Army working capital funds in the amount of $1,683,982 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-F-0323). CAT Island Conservancy LLC,* Baton Rouge, Louisiana, was awarded an $8,121,750 firm-fixed-price contract to purchase Bottomland Hardwood Impacts mitigation bank credits/acres from approved mitigation bank(s) in the Lake Pontchartrain and/or Mississippi River basins. Bids were solicited via the internet with four received. Work will be performed in Baton Rouge, Louisiana, with an estimated completion date of June 3, 2019. Fiscal 2019 Army Corps of Engineers civil construction funds in the amount of $8,121,750 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0037). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Galois Inc., Portland, Oregon, was awarded a $16,479,920 cost-plus-fixed-fee contract for a research project under the Safe Documents (SafeDocs) program. The SafeDocs program aims to develop novel verified programming methodologies for building high assurance parsers for extant electronic data formats, and novel methodologies for comprehending, simplifying, and reducing these formats to their safe, unambiguous, verification-friendly subsets (safe sub-setting). SafeDocs will address the ambiguity and complexity obstacles to the application of verified programming posed by extant electronic data formats. Work will be performed in Portland, Oregon, with an expected completion date of May 2023. Fiscal 2019 research, development, test and evaluation funding in the amount of $2,326,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and 23 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001119C0073). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1855659/source/GovDelivery/

Toutes les nouvelles