10 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - July 09, 2020

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $56,100,000 not-to-exceed, undefinitized contract modification (P00018) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification provides systems integration engineering support and procures long lead material to ensure the ASQ-239 electronic warfare/countermeasures production capability remains on track to meet Lot 17 deliveries. This modification provides for the continuation of Block 4 electronic warfare development without creating a gap in engineering resources in support of the Navy, Air Force and non-Department of Defense (DOD) participants. Work will be performed in Nashua, New Hampshire (85%); and Fort Worth, Texas (15%), and is expected to be completed by December 2020. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,986,000; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $6,986,000; and non-DOD participant funds in the amount of $3,026,680, 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.

Liberty JV,* Yuma, Arizona, is awarded a $40,000,000 maximum amount, indefinite-delivery/indefinite-quantity architect-engineering contract for environmental restoration projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). No task orders are being issued at this time. Work will be performed at various government installations within the NAVFAC AOR including, but not limited to, Washington (75%); Alaska (22%); Idaho (1%); Montana (1%); and Oregon (1%). The work to be performed provides for environmental restoration services under the Defense Department's Environmental Restoration Program, which includes the Installation Restoration Program and Munitions Response Program, complies with the Comprehensive Environmental Response, Compensation and Liability Act, and supports the Navy and Marine Corps base realignment and closure effort and similarly complex local and state environmental investigations. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $1,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by environmental restoration (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-20-D-5006).

Jacobs-EwingCole JV, Pasadena, California, is awarded a $29,944,543 firm-fixed-price task order (N62473-20-F-4714) under an indefinite-delivery/indefinite-quantity contract for post-award design services (PADS) and post-construction award services (PCAS) to support multiple construction projects related to the fiscal 2020 and 2021 military construction (MILCON) earthquake recovery and repair program at Naval Air Weapons Station (NAWS), China Lake, California. The task order also contains one unexercised option, which if exercised, will increase cumulative task order value to $36,456,778. Work will be performed in Ridgecrest, California. The work to be performed provides for PADS and PCAS for various fiscal 2020 and 2021 MILCON and repair projects; 18 MILCON projects; and 25 repair projects will be constructed at NAWS China Lake as a part of the earthquake recovery program. The contractor will provide architect-engineer services to address any post-award design and construction related issues for the MILCON and repair projects. The contractor will also provide assistance to the government during the development of responses and requests for information from the contractors performing the construction effort for the projects. Work is expected to be completed by April 2024. Fiscal 2020 MILCON (Navy) contract funds in the amount of $29,944,543 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801).

Salient CRGT Inc., Fairfax, Virginia, is awarded a $21,984,298 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract to provide support with program management, program planning and execution, Joint Staff actions process training, Actions Division customer service help desk services, strategic planning and analysis assistance, correspondence management and communications and editorial functions in support of the Joint Staff Actions Division. The contract will include a 60-month base ordering period, with no option period. Work will be performed in Arlington, Virginia (85%); Fairfax, Virginia (10%); and Suffolk, Virginia (5%). The ordering period will be completed by July 2025. Fiscal 2020 operations and maintenance (O&M) (Defense-wide) (DW) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and will expire at the end of the current fiscal year. Subsequent task orders will be funded with the appropriate fiscal year O&M, DW funds. This contract was competitively procured with the solicitation posted through Navy Electronic Commerce Online and beta.SAM.gov website and 15 offers were received. The Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z023).

Lockheed Martin, Baltimore, Maryland, is awarded a $16,345,048 firm-fixed-price contract for the refurbishment of rocket motors and thrust vector control used on vertical launch assemblies for anti-submarine rocket assisted torpedoes. If the option is exercised, the work will be completed by July 2023, bringing the total value of the contract to $30,630,048. Work will be performed in Baltimore, Maryland (44%); Dulles, Virginia (29%); and Owego, New York (27%). The base period of this contract is expected to be completed by October 2022. Weapons procurement funds (Navy) in the full amount of $16,345,048 will be obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-C-K045).

DEFENSE LOGISTICS AGENCY

AM General LLC, South Bend, Indiana, has been awarded a maximum $44,095,015 firm-fixed-price requirements contract for High Mobility Multi-Purpose Wheeled Vehicle diesel engines with containers. 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 three-year contract with no option periods. Location of performance is Indiana, with a July 8, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0118).

Marlex Pharmaceuticals Inc., New Castle, Delaware, has been awarded a maximum $9,274,712 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Delaware, with a July 8, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0008).

ARMY

VS2 LLC, Alexandria, Virginia, was awarded a $36,672,648 cost-plus-fixed-fee contract for logistics support services (maintenance, supply and transportation) at Fort Benning, Georgia. Bids were solicited via the internet with nine received. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of July 8, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $2,077,440 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0305).

Manson Construction Co., Seattle, Washington, was awarded an $8,330,800 firm-fixed-price contract for dredge work in the Mississippi River. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of Oct. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,330,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0030).

DEFENSE INTELLIGENCE AGENCY

IT Concepts Inc., Vienna, Virginia, was awarded a $26,308,755 labor-hour contract (HHM402-20-C-0038) to develop, update, sustain, operate and enhance a software tool capability to be used by members of the acquisition, requirements, operational and intelligence communities to support and aid in the identification of intelligence requirements, management of priorities, planning and production of intelligence products, enterprise data analytics, communication and other associated processes. Work will be conducted in Vienna and Charlottesville, Virginia, with an expected completion date of June 2025. Fiscal 2020 operations and management funds in the amount of $1,023,586 are being obligated at time of award. This contract was awarded through an 8(a) set-aside and five offers were received. The Virginia Contracting Activity, Washington, D.C., is the contracting activity.

AIR FORCE

Innovative Scientific Solutions Inc., Dayton, Ohio, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to contract FA8650-13-D-2343 for advanced propulsion concepts and cycles research and development. Work will be performed in Dayton, Ohio, and is expected to be completed June 18, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,000 are being obligated at the time of award under task order FA8650-17-F-2009. Total cumulative face value of the contract is not-to-exceed $64,560,000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Ball Aerospace & Technologies Corp., Beavercreek, Ohio, has been awarded a $7,687,489 cost-plus-fixed-fee contract for Infrared Radiation Effects Laboratory (IRREL) operation and improvements program. The objective of this effort is to provide radiometric and radiation characterizations of focal plane arrays (FPAs) and associated devices. The effort includes developing innovative techniques to advance the state of the art in the characterization of infrared and visible FPAs and associated devices. These innovative techniques include the development of characterization and analytical techniques, test hardware and operational and test procedures that advance the experimental capabilities of the IRREL. Work will be performed in Albuquerque, New Mexico, and is expected to be completed Oct. 10, 2025. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 research, development, test and evaluation funds in the amount of $150,000 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0015).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2269384/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 27, 2020

    28 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 27, 2020

    ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $1,142,750,791 modification (P00038) to contract W31P4Q-18-C-0049 for Guided Multiple Launch Rocket Systems. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 30, 2022. Fiscal 2018, 2019 and 2020 procurement appropriations, Army, and 2020 Foreign Military Sales (Romania and the Republic of Korea) funds in the combined amount of $1,142,750,790.62 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. CBRE, Cleveland, Ohio (W912DY-20-D-0055); EMCOR, Arlington, Virginia (W912DY-20-D-0024); Facilities Services Management Inc.,* Clarksville, Tennessee (W912DY-20-D-0056); Quality Services International LLC,* San Antonio, Texas (W912DY-20-D-0057); Hospital Housekeeping Systems LLC, Dripping Springs, Texas (W912DY-20-D-0058); Sodexo Management Inc., Gaithersburg, Maryland (W912DY-20-D-0059); Valiant Government Services, Hopkinsville, Kentucky (W912DY-20-D-0060); J&J Worldwide Services, Austin, Texas (W912DY-20-D-0061); VW International,* Alexandria, Virginia (W912DY-20-D-0062); and Zero Waste Solutions, Concord, California (W912DY-20-D-0063), will compete for each order of the $396,000,000 firm-fixed-price contract to provide specialized services to support Army, Air Force, Navy and Defense Health Agency medical facilities throughout the U.S. and outside the U.S. (Republic of Korea, Japan, Thailand, Germany, England, Portugal, Turkey and Italy). Work locations and funding will be determined with each order, with an estimated completion date of Feb. 26, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Raytheon Integrated Defense Systems, Huntsville, Alabama, was awarded a $92,000,000 cost-no-fee, firm-fixed-price, fixed-price-level-of-effort contract for the Army Integrated Air and Missile Defense Plug & Fight A-Kit, materials and support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-F-0150). R. C. Construction Co. Inc., Greenwood, Alabama, was awarded a $30,127,950 firm-fixed-price contract for construction of a 3,850 square foot pre-engineered building. Bids were solicited via the internet with four received. Work will be performed in Hurlburt, Florida, with an estimated completion date of Feb. 14, 2023. Fiscal 2018 military construction, Army funds in the amount of $30,127,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0009). Accenture Federal Services, Arlington, Virginia, was awarded a $21,718,289 modification (P00032) to contract W52P1J-17-C-0022 to exercise option period two of the General Fund Enterprise Business System - Sensitive Activities. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2021. Fiscal 2020 research, development, test and evaluation, Army and operations and maintenance, Army funds in the amount of $21,718,289 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $18,026,834 modification (P00099) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 26, 2021. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army; 2020 operations and maintenance, Army; 2020 Foreign Military Sales (Kuwait); and 2020 Army working capital funds in the amount of $18,026,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. NAVY Raytheon Missile Systems Inc., Tucson, Arizona, is awarded a $90,421,317 cost-plus-incentive-fee contract for the engineering and manufacturing development (EMD) phase of the Joint Multiple Effects Warhead System (JMEWS). The EMD effort includes the design, integration, test and evaluation of the JMEWS. Work will be performed in Tucson, Arizona (79%); Cincinnati, Ohio (15%); Plymouth, Minnesota (3%); and Rocket Center, West Virginia (3%), and is expected to be completed by November 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,162,342 and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,374,456 will be obligated at time of award, $1,162,342 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 (N00019-20-C-0004). DZSP 21 LLC, Marlton, New Jersey, is awarded a $60,187,207 cost-plus-fixed-fee contract modification to add and exercise a 6-month option period for base operating support (BOS) services at Joint Region Marianas. After award of this option, the total cumulative contract value will be $199,520,375. Work will be performed at various locations on the island of Guam, and is expected to be completed by August 2020. The work will provide facility and BOS for the following services: management and administration, port operations, ordnance, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force, Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 commissary agency (Defense) contract funds in the amount of $60,187,207, of which $56,278,824 will be obligated on this award, $3,908,383 will be incrementally funded, and all will expire at the end of the current fiscal year. This contract modification was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-19-C-1175). Cass Holdings LLC,* Oklahoma City, Oklahoma, is awarded a $43,516,006 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the refurbishment of AM2 Matting packages to include Landing Matting (F71/F72), Heavy Duty Matting (F73) and Spacer Matting (F78) in accordance with Naval Air Systems Command drawing package instructions and directives in support of the aircraft launch and recovery equipment's expeditionary airfield program. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in February 2025. 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 Federal Business Opportunities; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0015). Raytheon Co., McKinney, Texas, is awarded a $23,287,384 cost-plus-fixed-fee contract for the naval surveillance application upgrade. This contract provides for improving radio frequency (RF) sensors on naval surveillance applications. The improvements will potentially provide increased SWPC (size, weight, power and cooling), modular open system architectures and resolution against small maritime/air targets, detection of moving targets in synthetic aperture radar imagery and the formulation and extraction of other detection and classification features. Further, these improvements may demonstrate multi-source autonomous surveillance capabilities in support of the RF detection, tracking and identification thrust area. Work will be performed in McKinney, Texas, and is expected to be completed by Feb. 2024. The total cumulative value of this contract is $23,287,384. The base period is $23,287,384 and no options were proposed. The action will be incrementally funded with an initial obligation of $2,931,730 utilizing fiscal 2020 research, development, test and evaluation (Navy) funds, and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology." Since proposals are received throughout the year under the Long Range BAA, the number of proposals received in response to the solicitation are unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1018). BAE Systems Information and Electronic Systems Inc., Nashua, New Hampshire, is awarded a $21,380,547 firm-fixed-price, cost-plus-fixed-fee, cost contract to provide hardware, technical engineering, management and logistics support associated with the fabrication, assembly, test and delivery of 235 T-1622/ALE-55(V) Fiber Optic Towed for the Navy and foreign military sales (FMS) customers. Work will be performed in Nashua, New Hampshire (48%); Chelmsford, United Kingdom (12%); Mountain View, California (6%); Rochester, New York (4%); San Diego, California (4%); Landenberg, Pennsylvania (3%); Hamilton, New Jersey (2%); Commerce, California (2%); Los Osos, California (2%); Toledo, Ohio (1%); various locations within the continental U.S. (16%), and is expected to be completed by March 2022. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funds in the amount of $13,752,949 and FMS funds in the amount of $7,627,598 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0042). Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded $19,007,322 for an indefinite-delivery/indefinite-quantity contract under the AbilityOne program for custodial, recycling and grounds maintenance support for all labor, management, supervision, tools, materials and equipment required to perform facility investment services for federal installations located within a 100-mile radius of the National Capitol Region (NCR). Work will be performed at various installations in and around the NCR. This contract covers the period from March 2020 to February 2021. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance, (Navy) in the amount of $15,504,479.00 for recurring work will be obligated on individual task orders issued during the option year two period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0306). Forward-looking Infrared (FLIR) Surveillance Inc., Wilsonville, Oregon, is awarded a $16,108,026, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for repairs of sensor systems, procurement of spare parts, upgrades and engineering services that are in direct support of the Ground Based Operational Surveillance System program. Work will be performed in Wilsonville, Oregon (70%) and Taby, Sweden (30%), and is expected to be completed by February 2025. This action supports the Marine Corps System Command G-BOSS program's FLIR optical sensor systems: the Star SAFIRE III ™ (Gyro-Stabilized Long-Range Thermal Infrared Imaging Sensor System) and the THV-3000™ (Pan and Tilt Long-Range Thermal Imaging Sensor System). The integrated sensors detect, assess and help personnel at risk to counter or avoid improvised explosive devices and other insurgent activities in major combat operations, irregular warfare and military support of stability, homeland defense and civil support operations. This is a sole-source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. FLIR Surveillance Inc. is the original equipment manufacturer. No other supplies or services will satisfy agency requirements. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $1,866,654 will be obligated at award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. R.E. Staite Engineering Inc.,* San Diego, California, is awarded a $15,261,525 firm-fixed-price task order N62473-20-F-4350 under a multiple award construction contract for maintenance dredging at Naval Base San Diego. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $15,363,685. Work will be performed in San Diego, California, and is expected to be completed by September 2022. The work will provide for the maintenance dredging to Pier 10 slip, mouth of Chollas Creek, approach corridor for Navy small craft vessels and tug-boats, north approach corridor from Pier One to north of Pier Eight, and south approach corridor from south of Pier Eight to south of Pier 13 to re-establish the design operational and berthing depth required for Navy ships and other vessels. The project also includes ocean disposal material turbidity curtain and additional dredging costs associated with a monitoring station identified in specification. The options, if exercised, provides for water quality monitoring and reporting identified in the specification and on-site qualified biologist identified in the specification. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,261,525 are obligated on this award and will 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 (N62473-16-D-1806). Huntington Ingalls Industries, Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $14,999,841 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-4314 for continued advance planning and availability preparations for the fiscal 2020 USS Boise (SSN 764) engineered overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by May 2020. The contracted requirements include continued advance planning pre-availability preparations necessary to repair and maintain unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during this Chief of Naval Operations-scheduled availability. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $14,999,841 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Moran Towing Corp., New Canaan, Connecticut, is awarded a $14,597,547 option in the contract (N32205-19-C-3503). The option is a firm-fixed-price contract with reimbursable elements to support Military Sealift Command's service support program for the time charter services of eight tugboats. The tugboats will be capable of ship handling, docking and undocking in the Norfolk, Virginia, harbor and surrounding waters. This is option one of the current contract and includes a one-year-firm period of the performance, three one-year options periods and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $74,005,396. Work will be performed in Norfolk, Virginia, and surrounding waters, and is expected to be completed if all options are exercised by January 2024. Working capital funds (Navy) in the amount of $8,558,561 for option one are currently available for performance under this contract action. Funds in the amount of $6,038,985 for the remainder of option one are to be provided for fiscal 2021 and are subject to the availability of funds in accordance with Federal Acquisition Regulations 52.232-18 availability of funds. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Beta.SAM.Gov website and with one offer received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3503). Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $14,361,357 cost-plus-fixed-fee modification to exercise an option under a previously-awarded indefinite-delivery/indefinite-quantity contract N61331-18-D-0007. Work performance locations will be determined with each order and is expected to be completed by March 2023. Funds will be used for the development, integration, testing and evaluation of prototype systems into existing or emerging unmanned vehicles, unmanned weapons, unmanned weapons control systems related to mine warfare, amphibious warfare, surface warfare, diving and life support, coastal and underwater intelligence, surveillance and reconnaissance and other missions in the littoral and riverine environments. No funding will be obligated at time of award, but will be obligated at the time of delivery. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Frontier Technologies Inc.,* Beavercreek, Ohio, is awarded a $12,808,653 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract is a Phase III Small Business Innovation Research (SBIR) contract action for the procurement of airborne systems decision life cycle planning and analysis methods and tools. This contract includes options which, if exercised, may bring the cumulative value of this contract to $69,496,924. Work will be performed in San Diego, California (90%); Washington, District of Columbia (4%); Patuxent River, Maryland (3%); Norfolk, Virginia (2%); and Jacksonville, Florida (1%), and is expected to be completed by February 2021, and February 2025 if all options are exercised. The services under this contract support wide-ranging initiatives including information technology capabilities, communications, engineering, analysis, planning, assessment, design, hardware and software, operations and administration of network and communications systems for Naval Information Warfare Center Pacific. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $400,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638 (r)(1), as it is a Phase III Small Business Innovation Research for additional work to be performed after the Phase II SBIR period. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-20-D-0041). Serrano Construction and Development Corp.,* Dededo, Guam, is awarded a firm-fixed-price task order (N40192-20-F-4145) at $10,833,673 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract. The work will provide renovation of enlisted personnel unaccompanied housing at buildings 25007, 25009, 25011, 25016 and 25017 on Andersen Air Force Base. Work will be performed in Yigo, Guam, and is expected to be completed by February 2024. The work provides the replacement of windows, door hardware, built-up roofing, roof ventilators and photocell devices, installation of covers for fire alarm pull stations and painting of areas affected by new work, and includes demolition and disposal of items affected by the renovation work. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,833,673 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2804). Arnold Defense and Electronics, Arnold, Missouri, is awarded $10,487,500 firm-fixed price modification to a previously awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0001 to exercise the option ordering period for the manufacturing of the 2.75-inch rocket launchers and subcomponents to support Navy, Army, Air Force and the governments of South Korea and Pakistan under the Foreign Military Sales program. This option exercise is for the manufacture of 2.75-inch rocket launchers and subcomponents to support the Army for the M260 and M261 Launchers; the Air Force for the LAU131 Series Launchers; the Navy for the LAU61 and LAU68 Series Launchers and the Intervalometers that will be utilized by all services. Work will be performed in Arnold, Missouri, and is expected to be completed by February 2021. No funding is being obligated at the time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. General Dynamics Bath Iron Works, Bath, Maine, is awarded a $7,713,504 cost-plus-award-fee modification to previously-awarded contract N00024-19-C-2322 to exercise options for the accomplishment of planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000-class destroyers post-delivery and in-service life-cycle support. Work will be performed in Bath, Maine (95%), and San Diego, California (5%), and is expected to be completed by December 2020. This option exercise is for planning yard efforts which will provide Guided Missile Destroyer (DDG) 1000-class technical, engineering and support services, including emergent technical problem investigation and resolution, maintenance and modernization planning, integrated logistics support, configuration data management, maintenance, repair and/or overhaul availability planning and scheduling, modernization planning and scheduling, industrial yard/facility planning and scheduling and material orders, and fabrication and kitting. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,226,568 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, District of Columbia, is the contracting activity. AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $39,262,254 firm-fixed and cost-type contract with 100% subcontracting to Coulson Aircrane Ltd., Port Alberni, British Columbia, Canada. The contract award provides a 27 month period of performance. The location of performance is Port Alberni, British Columbia, Canada, and work is expected to be completed by Feb. 2022. Fiscal 2018 and 2019 procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $39,262,254. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-20-C-0004). FlightSafety Services Corp., Centennial, Colorado, has been awarded a $33,151,551 not-to-exceed modification (P00038) to previously awarded FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System production year 5 options. The contract modification is for the exercise of option contract line item numbers for two additional weapon system trainers, two boom operator trainers, fuselage trainer, fuselage trainer sprinkler system and installation, two pilot part task trainers, boom operator part task trainer, additional learning management workstations, fuselage trainer support equipment, McGuire and Altus Site Activations, systems engineering and program management, Visual Database Airfield Models and new refresher training scenarios. Work will be performed in Broken Arrow, Oklahoma, and is expected to be complete by Feb. 2022. Fiscal 2018 purchasing and procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $280,871,734. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. LMR Technical Group LLC, Fort Walton Beach, Florida, has been awarded a $7,053,303 contract for the Optimizing the Human Weapon System Services. The contractor provides services to increase the physical capacity of fighter aircrew, decreasing the rate of injuries and accelerating return to duty. Contractor personnel will work with active duty, Air National Guard, Air Force Reserve Component fighter aircrew to optimize physical performance targeting neck and back pain prevention while monitoring, analyzing and resolving physical readiness concerns. Work will be performed at multiple bases across the Air Combat Command, Pacific Air Forces, and United States Air Force Europe. The award provides services for the base year with a completion date of March 22, 2021. This contract is issued as a result of a competitive acquisition with ten offers received. Fiscal 2020 operations and maintenance funds are being obligated at the time of the award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0005). DEFENSE LOGISTICS AGENCY Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $20,727,424 modification (P00022) exercising the second one-year option period of a two-year base contract (SPE1C1-17-C-B003) with three one-year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed-price with economic-price-adjustment contract. Location of performance is Austin, Texas, with a Feb. 28, 2021, performance completion date. Using customers are Air Force, Marine Corps and Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Marathon Medical Corp., Aurora, Colorado, has been awarded a maximum $12,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 110 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Feb. 26, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0031). Southern Counties Oil Co., doing business as SC Fuels, Orange, California, has been awarded a minimum $7,065,718 fixed-price with economic-price-adjustment contract for various types of fuel. This was a competitive acquisition with 39 responses received. This is a 54-month contract with one six-month option period. Location of performance is California, with a Sept. 30, 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 Energy, Fort Belvoir, Virginia (SPE605-20-D-4521). *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2096872/source/GovDelivery/

  • La lutte anti-drone va se renforcer à Paris

    29 octobre 2021 | International, Aérospatial

    La lutte anti-drone va se renforcer à Paris

    Dans la perspective des Jeux Olympiques de 2024 qui se tiendront à Paris, la Direction générale de l'armement (DGA) a lancé une compétition l'année dernière pour identifier des solutions européennes de lutte anti-drones. En novembre, la DGA fera des essais sur les dispositifs proposés par plusieurs industriels. Thales et CS Group sont dans la compétition comme Cerbair avec le système Hydra et avec MBDA, de même qu'ADP avec la société Hologarde et le système Bassalt. Le but est de doter la France d'une quinzaine de systèmes de détection et de neutralisation de drones avant 2023. La startup Cerbair, lancée sur le marché de la lutte anti-drones depuis 2015, a annoncé lors du Salon Milipol un partenariat stratégique avec le spécialiste français de la détection et du brouillage des communications, la société grenobloise Keas. Cerbair et Keas travaillent avec le missilier MBDA sur une lutte contre les drones de guerre avec le projet Sky Warden. Le marché de la lutte anti-drones est naissant, et estimé à environ 1,5 Md$. Les Echos du 26 octobre

  • Exercise to unite four combatant commands to test homeland defenses for the first time

    1 juin 2020 | International, Naval

    Exercise to unite four combatant commands to test homeland defenses for the first time

    Geoff Ziezulewicz For the first time, four U.S. combatant commands are coming together this week for an exercise that simulates how the military would respond to an attack on its home turf. Headed by U.S. Northern Command, the four-day exercise began this week off the East Coast and also involves U.S. Space, Transportation and Strategic commands, according to NORTHCOM. The aircraft carrier Harry S. Truman strike group and its air wing will join Canadian fighter jets and Air Force F-15s in conducting intercepts against adversary aircraft during the exercise, which began Thursday and will wrap up Sunday. This week's exercise continues a long stint at sea for the Truman's crew. The ship left Norfolk in November for its third overseas cruise in the past four years. While the strike group's deployment began to wrap up this spring, it spent its time as a rapid-response force at sea instead of pierside in order to protect the crew from exposure to COVID-19. An Air Force B-1B bomber will be used as the enemy aiming to infiltrate U.S. airspace as well. Along the way, brass hope the exercise can strengthen the military's ability to communicate and share real-time information in such a scenario, according to NORTHCOM. U.S. Transportation Command is providing refueling tankers along the coast to support defending forces during the exercise, and Space Command is providing satellite communications and GPS. “Leading complex multi-combatant command operations across multiple domains demonstrates our readiness to defend our homeland regardless of COVID-19,” Air Force Gen. Terrence O'Shaughnessy, the head of NORTHCOM, said in a statement. Correction: this article incorrectly stated when the Truman deployed last year. The carrier deployed in November. https://www.navytimes.com/news/your-navy/2020/05/29/exercise-to-unite-four-combatant-commands-to-test-homeland-defenses-for-the-first-time/

Toutes les nouvelles