31 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - January 30, 2019

NAVY

Lockheed Martin Space, Sunnyvale, California, is awarded $559,622,074 for cost-plus-incentive-fee, fixed-price-incentive, cost-plus-fixed-fee modification P00004 to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. Work will be performed in Magna, Utah (29.47 percent); Sunnyvale, California (16.75 percent); Cape Canaveral, Florida (14.07 percent); Pittsfield, Massachusetts (6.00 percent); Denver, Colorado (5.56 percent); Camden, Arizona (3.96 percent); Titusville, Florida (3.87 percent); Kingsport, Tennessee (3.87 percent); Kings Bay, Georgia (3.15 percent); El Segundo, California (2.87 percent); Lancaster, Pennsylvania (2.00 percent); Clearwater, Florida (1.11 percent); Inglewood, California (1.08 percent); and other various locations less than one percent (6.24 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $412,117,013; fiscal 2019 other procurement (Navy) funds in the amount of $9,717,587; and United Kingdom funds in the amount of $137,787,474 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded $55,062,919 for modification P00011 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0055). This modification provides for the procurement of five Fire Scout MQ-8C unmanned air systems and two lightweight fuel cells. Work will be performed in San Diego, California (33 percent); Ozark, Alabama (27 percent); Fort Worth, Texas (18 percent); Moss Point, Mississippi (16 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $55,062,919 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.

DynCorp International LLC, Fort Worth, Texas, is awarded $43,856,375 for modification P00017 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N00019-15-D-0001). This modification exercises an option for organization, selected intermedia, limited depot level maintenance, and logistics services in support of the Naval Aviation Warfighting Development Center's (NAWDC) F/A-18A/B/D/D/E/F, EA-18G, MH-60S, F-16A/B, and E-2C aircraft. Work will be performed at NAWDC, Fallon, Nevada, and is expected to be completed in January 2020. No funds are being obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

B.L. Harbert International, Birmingham, Alabama, is awarded a $41,832,719 firm-fixed construction contract for a hangar located at the Naval Air Station Patuxent River, Maryland. The project will construct an 80,000 square foot hangar and associated facility to support research, development, testing, and evaluation of unmanned carrier-launched aerial surveillance systems to be located at the air station. The contract also contains five unexercised option, which if exercised would increase cumulative contract value to $44,374,719. Work will be performed in Patuxent River, Maryland, and is expected to be completed 607 days after award. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,832,719 are obligated on this 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 three proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-2015).

RQ Construction Inc., Carlsbad, California, is awarded a $41,429,522 firm-fixed-price contract for the design and construction of a maintenance hangar in support of the EA-18 Growler aircraft at Naval Air Station Whidbey Island, Washington. The facility will provide high-bay space for aircraft maintenance, maintenance shops, and open bay warehouse space for aircraft equipment and administrative spaces. Work will be performed in Oak Harbor, Washington, and is expected to be completed by July 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,429,522 are obligated on this 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 nine proposals received. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-C-0003).

Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $36,655,871 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite quantity contract for Identity Dominance System (IDS) technology refresh for the Department of Defense. The IDS technology refresh effort is a refresh of the entire current configuration. The primary focus of this contract is the acquisition of a hand-held biometric hardware device for the IDS program to replace the current integrated base unit. Work will be performed in McLean, Virginia, and is expected to be completed by January 2024. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $1,522,548 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was solicited on a full and open competition basis via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4000).

Raytheon Co. Missile Systems, Tucson, Arizona, is being awarded $32,958,080 for modification P00002 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00019-18-C-0088). This modification provides for engineering and manufacturing development of the Miniature Air Launched Decoy – Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,197,594 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.

L3 Aviation Products Inc., Alpharetta, Georgia, is awarded a $16,138,920 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure a maximum quantity of 840 technically refreshed multi-function displays for retrofits and spares in support of the AH-1Z and UH-1Y aircraft. Work will be performed in Alpharetta, Georgia, and is expected to be completed in September 2022. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. 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-D-0009).

The Boeing Co., St. Louis, Missouri, was awarded $15,991,141 for modification P00001 to delivery order N0001918F1652 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for the procurement of 79 Harpoon Block II Plus Tactical Missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); Cedar Rapids, Iowa (.6 percent), and various locations within the continental U.S. (3 percent). Work is expected to be completed in March 2022. Fiscal 2019 weapons procurement (Navy) funds in the amount of $15,991,141 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.

Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded $14,539,807 for firm-fixed-price delivery order M67854-19-F-1541 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-1309) for the production and integration of 56,710 Plate Carrier Generation III complete systems and 61,729 components and spares. Work will be performed in Guanica, Puerto Rico, and is expected to be complete by Jan. 29, 2021. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $14,539,807 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a Total Small Business Set Aside via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Central Lake Armor Express Inc.,* Central Lake, Michigan, is awarded $10,432,525 for firm-fixed-price delivery order M67854-19-F-1542 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-19-D-1509) for the production of 1,322,654 Plate Carrier Generation III soft armor inserts and data reports. Work will be performed in Central Lake, Michigan, and is expected to be complete by Oct. 24, 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $10,432,525 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a total small business set aside via the Federal Business Opportunities website, with 13 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Sealift Inc. of Delaware, Oyster Bay, New York, is awarded $9,106,750 under previously awarded contract N3220518C3352 to exercise an option for a vessel for transportation of dry cargo worldwide. The U.S. flagged vessel MV Black Eagle is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo), and for military readiness, in accordance with the terms of this charter. Work will be performed worldwide and is expected to be completed January 2020. Working capital funds in the amount of $9,106,750 will be obligated at the time of award and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Nordam Group Inc., Tulsa, Oklahoma, is awarded a $7,902,620 firm-fixed-priced contract for first article testing in support of the Super Hornet F/A-18 E-G 11 flight control surfaces. This is a one-year contract with no option periods. Work will be performed in Tulsa, Oklahoma, and work is expected to be completed by January 2020. Working capital (Navy) funds in the full amount of $7,902,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(2), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-C-C003)

Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $7,127,423 for firm-fixed-price task order N6247319F4263 under a previously awarded multiple award construction contract (N62473-17-D-4629), for the renovation of historic Building 158 and demolition of Building 58 at Naval Base Point Loma, California. The work to be performed provides for the renovation of Building 158 into a two-story space with a basement, suitable for administration and training. Project includes demolition to cut openings for completion of a seismic retrofit, and installation of an elevator and ramp to bring the building into American Disabilities Act compliance; constructing walls throughout all three floors to enclose offices, interview rooms, an evidence room, men and women locker rooms, storage areas, and classrooms. The project also installs a new generator, new heat ventilation air conditioning, and repairs the existing pavement around the facility. Building 58 located at the Harbor Drive Annex will be demolished. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative contract value to $8,188,231. Work will be performed in San Diego, California, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,127,423 are obligated on this award and will expire at the end of the current year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

AIR FORCE

Sallyport Global Holdings, Reston, Virginia, has been awarded a not-to-exceed $375,000,000 cost-plus-fixed-fee undefinitized contract action to provide base operations support, base life support, and security services in the support of the Iraq F-16 program. Work will be performed on Balad Air Base, Iraq, and is expected to be completed by Jan. 30, 2020. This contract was the result of a sole-source acquisition and involves foreign military sales to Iraq. Foreign military financing loan repayable funds in the amount of $183,750,000 are being obligated at the time of the award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8630-19-C-5004).

JC Builders JV,* Alamogordo, New Mexico (FA4801-19-D-A003); Mirador Enterprises LLC,* El Paso, Texas (FA4801-19-D-A006); Native American Services Corp.,* Alamogordo, New Mexico (FA4801-19-D-A004); Mesa Verde Enterprises,* Alamogordo, New Mexico (FA4801-19-D-A007); LC Structural Inc.,* Las Cruces, New Mexico (FA4801-19-D-A001); Veliz Construction,* El Paso, Texas (FA4801-19-D-A005); E-Corp,* Layton, Utah (FA4801-19-D-A008); and R-CON Construction Inc.,* Las Cruces, New Mexico (FA4801-19-D-A009), have been awarded a five-year aggregate ceiling $90,000,000 indefinite-delivery/indefinite-quantity contract to provide a broad range of maintenance, repair and construction work at Holloman Air Force Base, New Mexico. Task orders will use a variety of trades such as road repair, roofing, excavation, electrical, mechanical, plumbing, sheet metal, painting, demolition, concrete, masonry and welding. Work is scheduled to commence March 1, 2019, and is expected to be completed by Dec. 31, 2023. No funds will be obligated at time of award but will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent Small Business Set-Aside, with 20 offers received. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $39,957,226 contract modification (P00013) to contract FA8525‐16‐D‐0003 for C‐5 contractor logistics support services. The contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to be completed by Jan. 31, 2021. This award is a result of a sole-source acquisition and only one off was received. Fiscal 2019 through fiscal 2021 Material Support Division, and operations and maintenance funds in the amount of $14,993,394 are being obligated at the time of award. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Goodrich Corp., Brea, California, has been awarded an estimated $27,095,145 requirements contract for the repair/overhaul of the internal rescue hoist on UH-1N and aircraft mounted winch on HH-60 helicopters. This contract provides for the contractor to repair and perform program depot-level maintenance and unscheduled program depot-level maintenance in support of the UH-1N and HH-60 helicopters. Work will be performed in Brea, California, and is expected to be completed by Jan. 29, 2024. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-19-D-0001).

BAE Systems Information and Electronic Systems Integration, Wayne, New Jersey, has been awarded a $12,157,767 cost-plus-fixed-fee contract for dynamic networking adaptation for Mission Optimization Extensible Network Architecture software/hardware. This effort develops and implements candidate system designs to interconnect applications and information across multiple legacy and future networks throughout dynamic missions. Work will be performed in Wayne, New Jersey, is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,435,845; and fiscal 2019 RDT&E funds in the amount of $7,394,039 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0012).

ARMY

Dell Marketing LP, Round Rock, Texas, was awarded a $78,141,800 firm-fixed-price contract for VMware software license maintenance. One bid was solicited with one bid received. Work will be performed in Round Rock, Texas, with an estimated completion date of Jan. 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $63,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0199).

DRS Network and Imaging Systems LLC, Melbourne, Florida, was awarded a $67,300,000 fixed-price-redetermination contract to procure horizontal technology integration second generation forward looking infrared BKit components and engineering services. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0004).

Med-Eng LLC, Ogdensburg, New York, was awarded a $47,203,546 firmed-fixed-price contract for Generation II advanced bomb suit systems. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0007).

Kforce Government Solutions Inc., Fairfax, Virginia, was awarded a $28,000,000 firm-fixed-price contract to procure traumatic amputation task trainers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0005).

Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded an $11,954,435 firm-fixed-price contract for licensed vocational nurses and certified nurse assistants services. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0010).

Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded an $8,325,934 firm-fixed-price contract for food services. One bid was solicited with one bid received. Work will be performed in Tucker, Georgia, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,325,934 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W911S0-19-C-0003).

Emergent LLC, Virginia Beach, Virginia, was awarded a $7,616,333 firm-fixed-price contract for Oracle PeopleSoft software license renewals. Bids were solicited via the internet with two received. Work will be performed in Crystal City, Virginia; and San Diego, California, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Navy; and operations and maintenance, Army funds in the amount of $7,616,333 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-0274).

DEFENSE LOGISTICS AGENCY

American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a $26,589,346 modification (P00143) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana.

DEFENSE INFORMATION SYSTEMS AGENCY

ARTEL LLC, Herndon, Virginia, was awarded a contract modification (P00013) to exercise Option Period Three on task order GS-35F-5151H / HC101316F0022, for commercial satellite communications service. The face value of this action is $23,328,000 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $93,159,500. Performance directly supports the Air Force's Central Command area of responsibility for intelligence, surveillance and reconnaissance platforms. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors solicited. The period of performance for Option Period Three is Feb. 10, 2019, through Feb. 9, 2020, and there is one remaining unexercised option period for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity.

* Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1744377/source/GovDelivery/

Sur le même sujet

  • Airbus sees no sign of Germany quitting fighter jet project | Reuters

    8 novembre 2023 | International, Aérospatial

    Airbus sees no sign of Germany quitting fighter jet project | Reuters

    Airbus Chief Executive Guillaume Faury said on Wednesday he saw no evidence of Germany preparing to abandon plans to develop a new combat jet with France and Spain.

  • AUKUS sub design deemed ‘mature’ as nations debate top technologies

    15 avril 2024 | International, Naval

    AUKUS sub design deemed ‘mature’ as nations debate top technologies

    The SSN-AUKUS submarine design the U.K. and Australia will build is "mature" and should be completed in the next year or two.

  • F-35 Costs Drop for Building Jets But Rise for Operating Them

    29 mai 2020 | International, Aérospatial

    F-35 Costs Drop for Building Jets But Rise for Operating Them

    By Anthony Capaccio 29 mai 2020 à 04:00 UTC−4 The Pentagon's costliest program, Lockheed Martin Corp.'s F-35, is starting to look a little less expensive, with the latest estimate for development and procurement down 7.1% to $397.8 billion. Less encouraging for the lawmakers who craft defense budgets and for taxpayers: Operating and maintaining the fleet for 66 years is projected to cost $1.182 trillion, a 7.8% increase over the estimate from the Pentagon's F-35 office last year, according to the Defense Department's annual assessment of the jet obtained by Bloomberg News. The lower acquisition estimate produced by the F-35 program office is the latest in a string of good news that also includes improved on-time delivery of aircraft, the elimination of all flaws that were considered life-threatening to pilots and a steady reduction since 2018 in the number of potentially mission-crippling software deficiencies. The Selected Acquisition Report, which hasn't been released to the public, also said the F-35 program anticipates sales over time of 809 aircraft to international partners, up from the 764 projected last year. Cumulatively, the improvements might protect the F-35 from pressure to cut defense budgets as the federal deficit balloons due to spending for the Covid-19 pandemic. The Pentagon is already projecting mostly flat budgets through 2025. Even under the current budget forecast, the Pentagon report discloses that previous plans to buy 94 F-35s in fiscal 2022 will be reduced by nine. The blueprint then calls for buying 94 each year in fiscal 2023 and 2024 and 96 in fiscal 2025. Those are up from the 79 requested for fiscal 2021. The report was prepared in December before the coronavirus pandemic crippled the global economy. Lockheed announced last week that Covid-19 impacts will temporarily slow F-35 production because of subcontractor parts delays and that the Bethesda, Maryland-based company might fail to deliver as many as 24 of a planned 141 jets this year. Earlier: Lockheed Slows F-35 Production on Covid-Related Parts Delays More than 500 of a potential 3,200 F-35s for the U.S. and allies already have been delivered and will have to be retrofitted as flaws are fixed, at a cost of as much as $1.4 billion. The F-35 is in the final stages of intense combat testing to demonstrate it's effective against the most advanced Russian, Chinese and Iranian threats. Lockheed spokesman Brett Ashworth said the report “highlights our ability to work with our partners to produce the world's most advanced fighter at the cost of legacy aircraft” the F-35 is intended to replace. Brandi Schiff, a spokeswoman for the Pentagon's F-35 program office, declined to comment on the report before its release. The Pentagon assessment says that updating its numbers based on actual production performance data by Lockheed and its subcontractors, rather than projections, resulted in the reduction in acquisition cost estimates. For example, the “unit flyaway cost” of an F-35 for the Air Force's version of the fighter, not including the engine, declined by $12.1 million to $57.4 million. The Air Force plans to purchase 1,763 jets, the most of the U.S.'s planned 2,456 aircraft. The Marine Corps version dropped to $72.1 million from $80 million, and the Navy model fell to $72.3 million from $79.5 million. None of that resolves the projected long-term trillion-dollar burden of operating and sustaining the fleet through 2077. Outlining the stakes, then-acting Defense Secretary Patrick Shanahan said in March 2019 that “this is the largest program in DoD history and the cost of sustainment is about the same cost as nuclear modernization.” In the new report the F-35 program office said that it “remains committed to and continues pursuing multiple efforts to drive down” those costs. https://www.bloomberg.com/news/articles/2020-05-29/f-35-costs-drop-for-building-jets-but-rise-for-operating-them

Toutes les nouvelles