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

  • Contract Awards by US Department of Defense - July 30, 2019

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

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

    ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded an $88,000,000 modification (P00024) to contract W56HZV-17-C-0001 for long lead material associated with the build of the Self-Propelled Howitzer, Carrier-Ammunition Tracked Vehicle, as well as the gathering of parts associated with the total package fielding package in relation to Option 2. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $88,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Tidewater,* Elkridge, Maryland (W912DY-19-D-0017); NIKA Technologies Inc.,* Rockville, Maryland (W912DY-19-D-0004); Bowers & Kubota Consulting,* Waipahu, Hawaii (W912DY-19-D-0019); and HFS Co.,* San Antonio, Texas (W912DY-19-D-0018), will compete for each order of the $25,000,000 firm-fixed-price contract for project management support, quantity verification and analysis representative, project integration, and other medical support services. 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 March 5, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Northrop Grumman, Herndon, Virginia, was awarded a $24,436,905 modification (P00116) to contract W911S0-11-C-0014 for support services in combined arms education, doctrine, and leadership training. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Nov. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $24,436,905 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity. General Atomics Aeronautical System Inc., Poway, California, was awarded a $21,742,996 modification (00005P) to contract W58RGZ-18-C-0037 for MQ-1C Gray Eagle extended range aircraft unique initial spares and ground support equipment. Work will be performed in Poway, California, with an estimated completion date of July 31, 2021. Fiscal 2017 aircraft procurement, Army funds in the amount of $21,742,996 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $15,000,000 firm-fixed-price contract for general design architect-engineering services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 30, 2024. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-19-D-0011). Accenture Federal Services, Arlington, Virginia, was awarded an $11,793,894 modification (P00026) to contract W52P1J-17-C-0022 for General Fund Enterprise Business System-Sensitive Activities cloud migration to IL6. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2021. Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $2,681,158 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Schuyler Line Navigation Co. LLC,* Annapolis, Maryland, has been awarded a maximum $43,103,161 firm-fixed-price contract for liquefied natural gas. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Locations of performance are Maryland and Guantanamo Bay, Cuba, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2024 operations and maintenance funds. The contracting activity is Defense Logistics Agency, Energy, Fort Belvoir, Virginia (SPE604-19-D-7518). Pocono Profoods Inc., Stroudsburg, Pennsylvania, has been awarded a maximum $15,610,588 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. 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 361-day contract with no option periods. Location of performance is New York, New Jersey, and Pennsylvania, with a July 25, 2020, performance completion date. Using customers are Army, Navy, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3229 and Admin contract SPE30019DA047). NAVY Ultra Electronics Advanced Tactical Systems Inc. Austin, Texas, is awarded a $39,920,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the sustainment and upgrade of the Common Aviation Command and Control System Virtual Air Defense System Integrator. The program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Austin, Texas, and is expected to be completed by July 29, 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $2,188,092 will be obligated on the first delivery order immediately following contract award, and funds will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-0001). Harris Corp., Clifton, New Jersey, is awarded $31,312,350 for firm-fixed-price delivery order N00019-19-F-0046 against a previously issued basic ordering agreement (N00019-16-G-0003) to procure 77 Generation 2 Digital Receiver/Technique Generator Shop Replaceable Assemblies (SRAs) and Switch Board Assemblies to support (V)4 to A(V)4 conversions and SRAs to support Repair of Repairables, along with the associated AN/ALQ-214B(V)4/5 part number change. Work will be performed in Clifton, New Jersey, and is expected to be completed in July 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount $31,312,350 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. Ultra-Electronics, Undersea Sensor Systems Inc., Columbia City, Indiana, is awarded a $24,865,776 indefinite-delivery/indefinite-quantity contract containing firm-fixed-price provisions to manufacture, test, inspect, package and deliver first article and production DT-511C and DT-592D hydrophones. Work will be performed in Columbia City, Indiana, and is expected to be complete by July 2024. Fiscal 2019 and 2018 other procurement (Navy) funding in the amount of $3,205,793 will be obligated on the first delivery order at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-E900). Raytheon Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $14,296,116 firm-fixed-price, definite-quantity contract action for production of AN/SPY-1 radar solid state switch assembly modification kits. Work will be performed in Marlborough, Massachusetts, and is expected to be complete by November 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $14,296,116 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, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-C-WP57). Power Pro Plus Inc.,* Rancho Cucamonga, California, is awarded $12,204,059 for firm-fixed-price task order N62473-19-F-4769 under a previously awarded, multiple award construction contract (N62473-17-D-4620) for construction of communication line operations to administration at Naval Air Station Lemoore. This project constructs a communication ductbank and manhole system to supplement the existing communication lines in support of F-35C information technology and communication system. This project will provide diverse, multiple path, communication routes within the base in secure underground communication lines. This project will also provide secondary connection between the base operations area and the base administration area. The ductbanks will be concrete encased and reinforced under paved areas and at roadway crossings. At railroad crossings, the ductbank will require directional bore with steel sleeves and will be buried at an appropriate depth under the ground surface. Manholes will be provided in the ductbank runs and as required at transition points. Full size manholes will be provided in the main cantonment areas of the base. Work will be performed in Lemoore, California, and is expected to be completed by May 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,204,059 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded $10,565,320 for modification P00148 to a previously awarded firm-fixed-price contract (N00019-14-C-0067). This modification procures 16 P-8A A-Kits and 16 Turret Deployment Units for Lots 8 and 9 full-rate production aircraft. Work will be performed in Seattle, Washington (55%); Mesa, Arizona (44%); and Winnipeg, Canada (1%), and is expected to be completed in August 2021. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $10,565,320 will be obligated at time of award, $5,650,704 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Oregon State University (OSU), Corvallis, Oregon, is awarded an $8,741,152 cooperative research agreement to conduct research for a machine common sense (MCS) service for artificial intelligence and robotic systems. The service will learn MCS planning and inference capabilities about objects, agents and places equivalent to the capabilities of an 18-month-old infant. OSU will train the service using a first-person infant simulator, driven by real world infant behavior data. This is a four-year contract with no option periods. Work will be performed at OSU in Corvallis, Oregon. The period of performance of the award is from July 30, 2019, through July 29, 2023. The type of funding to be obligated is research, development, test and evaluation (Defense Advanced Research Projects Agency). This effort was competitively procured via a broad agency announcement and publication on the Federal Business Opportunities website, with 23 proposals received and nine were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4035). AIR FORCE Watterson Construction Co., Anchorage, Alaska, has been awarded a $9,363,000 firm-fixed-price contract for renovation of weapons load training building at Eielson Air Force Base, Alaska. This contract provides renovation to Building 1340 to accommodate the addition of operations for the two incoming F-35A squadrons, as well as accommodating unique requirements for the F-35A aircraft to include architectural, structural, mechanical, electrical and fire protection work. Work will be performed at Eielson AFB, Alaska, and is expected to be completed by May 15, 2020. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2019 operations and maintenance funds in the amount of $9,363,000 are being obligated at the time of award. The 354th Contracting Squadron, Eielson Air Force Base, Alaska, is the contracting activity (FA5004-19-C-A010). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1920997/source/GovDelivery/

  • Inmarsat Government Awarded Up To $410m To Support U.S. Army Blue Force Tracker System

    9 novembre 2022 | International, C4ISR

    Inmarsat Government Awarded Up To $410m To Support U.S. Army Blue Force Tracker System

    Under the contract, Inmarsat Government, will deliver Inmarsat ELERA-powered worldwide, assured, resilient L-band satellite solutions to allow connectivity between BFT transceivers and satellite earth stations.

  • Bell 407GXi earns instrument flight rules certification

    16 août 2019 | International, Aérospatial

    Bell 407GXi earns instrument flight rules certification

    Bell Textron Inc., a Textron Inc. company, announced the Federal Aviation Administration (FAA) has issued an instrument flight rules (IFR) supplemental type certificate (STC) for the Bell 407GXi. The certification is a requirement for the Navy Advanced Helicopter Training System competition, enabling the Bell 407GXi to replace the Bell TH-57 Sea Ranger as the U.S. Navy's training helicopter. Bell's replacement bid offers a unique combination of capability, ease of transition, and low sustainment costs, giving the best value to the Navy. Should the Bell 407GXi be selected for the U.S. Navy Advanced Helicopter Trainer program, the company plans to conduct final assembly of the aircraft in Ozark, Ala. “The team did a great job ensuring the Bell 407GXi achieved the FAA's IFR certification necessary to meet all of the Navy's requirements,” said Mitch Snyder, president and CEO. “Bell is an instrumental part of the Navy's training program and has been for more than 50 years, and we look forward to continuing the tradition for the next generation of naval aviators.” A Bell to Bell transition offers low-risk to the Navy by streamlining instructor pilot and maintainer transition training as well as using common support equipment and infrastructure. The 407 airframe has already proven capabilities as the platform for the MQ-8C Fire Scout for the U.S. Navy. Bell's customer service and support has established capability with cost-efficient and effective helicopter training solutions. Bell proves its mature production and sustainment support capability every day by supporting more than 1,600 Bell 407s globally. These aircraft have nearly 6 million flight hours across the fleet and are actively performing flight training as well as military and para-public missions helicopter mission-set. The 407GXi's Garmin G1000H NXi Flight Deck enhances situational awareness and reduces pilot workload by delivering easy-to-read information at a glance. The Bell 407GXi's new IFR capability will allow all-weather operations while continuing to provide multi-mission capability safely, reliably, and effectively. The Bell 407GXi offers the lowest direct operating costs of any IFR-capable helicopter produced today. Combined with its proven performance, reliability, and ease of transition, the Bell 407GXi is the best value aircraft for U.S. Navy helicopter training. https://www.skiesmag.com/press-releases/bell-407gxi-earns-instrument-flight-rules-certification/

Toutes les nouvelles