15 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

Contract Awards by US Department of Defense - July 12, 2019

NAVY

DLT Solutions LLC, Herndon, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms General Services Administration (GSA) Federal Supply Schedule contracts. The agreement is part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf software; information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publishers are: Appdynamics, Archibus, Cloudbees, Flexera and Polyverse. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community and the Coast Guard. The overall estimated value of this BPA category is $820,450,000. The ordering period will be for a maximum of 10 years from July 12, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance DoD funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Four offers were received and four were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0045).

Air New Zealand Gas Turbines, Auckland, New Zealand (N64498-19-D-4028); and MTU Maintenance Brandenburg-Berlin, Ludwigsburg, Germany (N64498-19-D-4029), were both awarded a $70,000,000 indefinite-delivery/indefinite quantity, firm-fixed-priced contract for the commercial depot-level overhaul of up to 24 L0M2500 paired blade turbine gas generators. The Naval Surface Warfare Center, Philadelphia Division, requires the commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 paired blade turbine gas generators, National Stock Number 2S 2835-01-032-9125. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work under the Air New Zealand Gas Turbines contract will be completed at the contractor's facilities in Auckland, New Zealand, and is expected to be completed by June 2023. Work under the MTU Maintenance Brandenburg-Berlin contract will be completed at the contractor's facilities in Ludwigsfelde, Germany, and is expected to be completed by June 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $5,740,811 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded July 10, 2019)

C&C Power Solutions LLC,* Columbus, Georgia, is being awarded a $65,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to procure, renovate, repower, overhaul and/or repair different power systems within its fleet of power equipment services at Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (EXWC) Mobile Utilities Support Equipment (MUSE). Initial seed task order is being awarded at $2,559,924 for a four, 900-kilowatt generator package at EXWC MUSE Port Hueneme, California. Work for this task order is expected to be completed by July 2020. All work on this contract will be performed in Port Hueneme, California, and is expected to be completed by July 2025. Fiscal 2019 other procurement, Navy (OP, N) contract funds in the amount of $2,559,924 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OP, N. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The EXWC Acquisitions Department, Port Hueneme, California, is the contracting activity (N39430-19-D-2124).

Palantir Technologies, Palo Alto, California, is being awarded a $27,640,000 fixed-price blanket purchase agreement under the Department of Defense (DoD) Enterprise Software Initiative to provide commercial-off-the-shelf hardware, software and services for DoD, the Intelligence community and the Coast Guard. This one-year agreement includes four, one-year option periods, which if exercised, would bring the potential value of this agreement to an estimated $143,800,000 million. The ordering period of the base agreement will be from July 12, 2019, through July 11, 2020. If all options are exercised, the ordering period will extend through July 11, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (DoD) funds. This agreement was non-competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy web site. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0044).

Mercury Defense Systems Inc., Cypress, California, is being awarded a $22,901,395 cost-plus-fixed-fee, cost reimbursable order (N00421-19-F-6104) against a previously issued basic ordering agreement (N00421-17-G-0001). This order provides for the development, integration, delivery and test of the Radar Air-to-Ground Environment in support of the Integrated Battlespace Simulation and Test Air Combat Environment Test and Evaluation Facility. Work will be performed in Cypress, California (80%); Patuxent River, Maryland (10%); and Edwards Air Force Base, California (10%), and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $300,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Frontier Technology Inc., Beavercreek, Ohio, is being awarded a $13,236,204 cost-plus-fixed-fee task order (N63394-19-F-0041) under previously awarded indefinite-delivery/indefinite-quantity contract N63394-17-D-0003 for providing enterprise product life cycle management integrated decision environment services. Work will be performed in Washington, District of Columbia (80%); and Chesapeake, Virginia (20%), and is expected to be completed by September 2020. Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (other defense agencies) funding in the amount of $6,722,842 will be obligated at time of award, and $6,122,842 will expire at the end of the current fiscal year. This task order was not competitively procured. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services under this contract cover software development and installation, software configuration management and technical support, software solutions and training. These services are in support of the Affordable System Operation Effectiveness (ASOE) initiatives across the Department of Defense. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $10,870,239 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the first option period under an IDIQ contract for base operations services at Naval Support Activity, Annapolis, Maryland. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not be limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. After award of this option, the total cumulative contract value will be $31,751,865. Work will be performed in Annapolis, Maryland, and the option period is from August 2019 to November 2019. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $7,274,602 for recurring work will be obligated on individual task orders issued during the contract period. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500).

Schuyler Line Navigation Co. (SLNC),* Annapolis, Maryland, is being awarded a $10,595,700 (fixed-price for firm period) firm-fixed-price contract with reimbursable elements, for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $51,435,950. Work will be performed in the Western Pacific Ocean (intentions Japan or Korea), and is expected to be completed, if all options are exercised, by Oct. 29, 2024. Fiscal 2019 transportation working capital funds in the amount of $1,765,950 are being obligated at time of award and none of which will expire at the end of the current fiscal year. Transportation working capital funds will be obligated in fiscal 2020 and will not expire at the end of fiscal 2020. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-R-3504).

Paradromics Inc.,* Austin, Texas, is being awarded a contract option in the amount of $8,275,758 from a previously awarded cost type of contract. Support includes development of a neural interface system capable of performing continuous, simultaneous full-duplex (read and write) interaction with at least one thousand neurons in regions of the human sensory cortex. This option builds on the designs and prototypes developed from the base award, and provides in vivo animal testing and human studies. This option has a one-year period of performance from July 12, 2019, through July 11, 2020. Work will be performed at the contractor's facilities in Austin, Texas. The option will be incrementally funded at the time of award in the amount of $3,000,000. The original contract was competitively procured via Defense Advanced Research Projects Agency (DARPA) Broad Agency Announcement (BAA) 16-09 “Neural Engineering System Design (NESD).” Forty-one offers were received and six were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-17-C-4005).

AIR FORCE

Sossec Inc., has been awarded a $355,000,000 ceiling increase modification (P0030) to previously awarded firm-fixed-price agreement FA8626-17-9-1000 for the propulsion consortium initiative. Work will be performed at Atkinson, New Hampshire, and is expected to be completed by July 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Propulsion Acquisition Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $51,263,809 firm-fixed-price contract modification (P00012) to previously awarded contract FA8204-14-C-0011 for the Minuteman III Intercontinental Ballistic Missile weapon system multiprobe antenna procurement. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by July 13, 2029. Fiscal 2019 procurement funds in the amount of $4,645,109 are being obligated at the time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Layton, Utah, is the contract activity.

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $96,873,221 modification (P00024) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for Apache aircraft integrated logistics support, product assurance and Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $96,873,221 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $29,311,547 modification (P00251) to domestic and foreign military sales (Slovakia) contract W58RGZ-13-C-0040 for the aviation field maintenance services contract. Work will be performed in Afghanistan, Honduras and Germany, with an estimated completion date of Sept. 30, 2019. Fiscal 2010 and 2019 operations and maintenance, Army; and Foreign Military Sales funds in the combined amount of $29,311,547 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Joint Research and Development Inc.,* Stafford, Virginia, was awarded a $25,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firms-fixed-price) contract for operations, research and technology and program and integration support for the U.S. Army Combat Capabilities Development Command, Chemical Biological Center's Chemical Biological Applications and Risk Reductions business unit. 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 July 14, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0008).

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $17,789,259 firm-fixed-price contract to upgrade and rehabilitate the water intake pumps at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $17,789,259 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-11-G-0002).

DEFENSE INFORMATION SYSTEMS AGENCY

SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price task order against the competitive single award blanket purchase agreement (BPA) from General Services Administration's Information Technology Schedule 70 contract for commercial satellite communication services, HC1013-18-A-0002, which was awarded April 13, 2018. The face value of this task order is $7,151,397, funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the BPA is $516,700,000 (contract ceiling). Performance will be centralized to the U.S. Central Command, with the BPA representing worldwide coverage. The task order period of performance is four years, consisting of a 12-month base period of July 15, 2019, through July 14, 2020, and three 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (GS-35F-0328V/HC1013-18-A-0002, HC1013-19-F-0119).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1903937/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - January 28, 2021

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

    Contract Awards by US Department of Defense - January 28, 2021

    AIR FORCE Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded a $612,000,000 firm-fixed-price contract for C20/C37 engineering services support. The contractor will provide the engineering and data support on a recurring basis for all Gulfstream executive aircraft for the duration of the contract. Work will be performed for the Air Force, Army, Navy, Marines and Coast Guard in Savannah, Georgia; Naval Air Station Sigonella, Italy; Ramstein Air Base, Germany; Joint Base Andrews, Maryland; Hickam Air Force Base, Hawaii; Marine Corps Base Hawaii, Hawaii; and Ronald Reagan Washington National Airport, Washington, D.C. The work is expected to be completed Jan. 31, 2031. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $10,872,957 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8134-21-D-0001). Filius Corp., Centreville, Virginia, has been awarded a $70,617,597 indefinite-delivery/indefinite-quantity contract for AN/TYQ-23A Tactical Air Operations Modules contractor logistics support. The contractor will provide all labor, tools, equipment, technical data/manuals, materials, supplies, parts, original equipment manufacturer service bulletins and the service necessary to provide contractor logistics support. Work will be performed in Centreville, Virginia, and is expected to be completed by January 2026. Fiscal 2020 operation and maintenance funds in the amount of $400,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8217-21-D-0001). L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $9,513,345, cost-reimbursable modification (P00021) to contract FA8823-20-C-0004 for exercising Option Period Two for Space Situational Awareness Integrated Capabilities system sustainment services. Work will be performed in Colorado Springs, Colorado; and Dahlgren, Virginia, and is expected to be completed Jan. 31, 2022. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $328,221,755. Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. U.S. TRANSPORTATION COMMAND Berry Aviation Inc., San Marcos, Texas, has been awarded a contract modification (P00011) on contract HTC711-17-D-R008 in the amount of $179,451,602. This modification provides continued rotary and fixed-wing airlift support services, including passenger, cargo, casualty evacuation, personnel recovery, air drop and limited door-to-door services to U.S. Africa Command. Work will be performed in continental Africa, African islands and countries supporting operations in Africa, such as Germany and Italy. The option period of performance is from Feb. 2, 2021, to Feb. 1, 2022. Fiscal 2021 operation and maintenance funds will be obligated at task order award. This modification brings the total cumulative face value of the contract to $854,008,319, from $674,556,717. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Abel Unlimited Inc.,* West Palm Beach, Florida (SPE1C1-21-D-1422, $160,548,560); Hilo Enterprises LLC,* McLean, Virginia (SPE1C1-21-D-1424, $149,109,475); Odell International LLC,* Mooresville, North Carolina (SPE1C1-21-D-1425, $90,509,251); At Ease Sustainment LLC,* Pataskala, Ohio (SPE1C1-21-D-1421, $50,171,425); and Seaich Card & Souvenir Corp.,* Salt Lake City, Utah (SPE1C1-21-D-1426, $35,251,200), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-20-R-0137 for disposable surgical gowns. These were competitive acquisitions with 73 offers received. They are one-year contracts with no option periods. Locations of performance are Texas, Ohio, Florida, Virginia, North Carolina and Utah, with a Jan. 27, 2022, ordering period end date. Using customers are the Department of Health and Human Services and Federal Emergency Management Agency. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY ACE Maintenance & Services Inc.,* Austin, Texas, is awarded a maximum value $90,175,044 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for janitorial services at Naval Support Activity Bethesda, Maryland. The work to be performed provides for all labor, management supervision, tools, materials and equipment required to perform base janitorial services. Future task orders will be primarily funded by operation and maintenance (Navy); operation and maintenance (Army); Navy working capital funds; and Defense Health Program funds. Work will be performed in Bethesda, Maryland, and is expected to be completed by March 2026. Fiscal 2021 operation and maintenance (Navy); fiscal 2021 operation and maintenance (Army); Navy working capital funds; and fiscal 2021 Defense Health Program funds in the amount of $17,855,592 will be obligated under the initial task order at time of award and will expire at the end of the current fiscal year. Work under the initial task order is expected to be completed by February 2022. This contract was competitively procured via the Federal Business Opportunities website with three proposals received. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N40080-21-D-0004). BAE Systems Land & Armaments L.P., Sterling Heights, Michigan, is awarded a $77,475,197 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for interim contractor support for Amphibious Combat Vehicle replacement parts, support and test equipment and the repair of repairables/repairable parts. Work will be performed in York, Pennsylvania (70%); Aiken, South Carolina (20%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), and is expected to be completed in January 2026. 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(a)(ii). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-21-D-0001). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Marietta, Georgia, is awarded a $33,229,494 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of up to a maximum quantity of 38 large aircraft infrared countermeasures (LAIRCM) A-kits, up to 38 supplemental kits, five bench stock kits and LAIRCM-advanced threat warning a-kit replacement parts in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia, and is expected to be completed in December 2025. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-D-0011). DynCorp International LLC, Fort Worth, Texas, is awarded a $32,521,640 firm-fixed-price, cost reimbursement, indefinite-delivery/indefinite-quantity contract. This contract procures organizational, selected intermediate, limited depot level maintenance and logistics support services for F/A-18C/D/E/F, EA-18G, MH-60S, F-16A/B, and E-2C/D aircraft for the Navy. Work will be performed in Fallon, Nevada, and is expected to be completed in September 2021. No funds will be obligated at the time of award and obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0014). Barkley Andross Corp.,* Hesperia, California, is awarded a maximum value $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity job order contract for electrical and other wiring installation projects at various installations located within the Naval Facilities Engineering Systems Command, Southwest area of responsibility. Work will be performed in the Marine Corps Base, Camp Pendleton, California; and Naval Weapons Station, Seal Beach, California, areas and is expected to be completed by January 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with eight proposals received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-21-D-2603). GSE Dynamics Inc.,* Hauppauge, New York, is awarded an $18,889,829 indefinite-delivery/indefinite-quantity, not-to-exceed contract with firm-fixed-price and cost-plus-fixed-fee task order provisions to manufacture, test and deliver composite structures. Work will be performed in Hauppauge, New York, and is expected to be completed by January 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $640,000 will be obligated at time of award via an individual task order and will expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-21-D-4012). Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $10,587,984 cost-plus-fixed-fee order (N00019-21-F-0159) against previously issued basic ordering agreement N00019-19-G-0029. This order provides for the development of Phase One structural repair manuals for the CH-53K aircraft. The repair manuals address organizational level repairs pertaining to airframe skins, doors and covers, tail cone, main and tail blade erosion repair, as well as non-destructive inspection procedures and standards. Work will be performed in Shelton, Connecticut (43%); Stratford, Connecticut (41%); and Bohemia, New York (16%), and is expected to be completed in April 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $4,930,357 will be obligated at the 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. Alutiiq Solutions LLC,* Anchorage, Alaska, is awarded a $7,677,543 modification (P00003) to previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N00421-20-D-0007. This modification exercises an option to provide research and analysis, strategic initiative, executive leadership management, administrative, operational and technical program support for the Command Strategic Leadership Service Team in support of the commander, Naval Air Systems Command (NAVAIR) and direct reporting teams, the NAVAIR Corporate Operations Group, the Business Financial Management Competency, the Joint Strike Fighter (JSF) front office, and the NAVAIR Washington Liaison Office. Work will be performed in Patuxent River, Maryland (60%); and Arlington, Virginia (40%), 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. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. ARMY Black & Veatch Special Projects Corp., Overland Park, Kansas (W912GB-21-D-0014); Coplan-Merrick JV LLP, Greenwood Village, Colorado (W912GB-21-D-0015); and WSP USA Solutions Inc., Washington, D.C. (W912GB-21-D-0016), will compete for each order of the $49,000,000 firm-fixed-price contract for General Architect-Engineer Services in Bulgaria, Hungary, and Romania. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 27, 2026. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $25,343,186 modification (P00069) to contract W58RGZ-16-C-0023 for to improve the quality of the Apache Attack Helicopter (AH)-64E and lessen the associated post production maintenance burden. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2019 aircraft procurement (Army) funds in the amount of $25,343,186 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Buffalo Group LLC., Reston, Virginia, was awarded a $14,093,489 cost-plus-fixed-fee contract for the Department of the Army Intelligence Information Services intelligence operations support services. Bids were solicited via the internet with one received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Jan. 24, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $14,093,489 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-21-C-0002). InSynergy Engineering, Inc.,* Honolulu, Hawaii (W9128A-21-D-0010); MK Engineers Ltd.,* Mililani, Hawaii (W9128A-21-D-0011); and Nakamura Oyama and Associates, Inc.,* Honolulu, Hawaii (W9128A-21-D-0012), will compete for each order of the $9,900,000 firm-fixed-price contract for an architect-engineer electrical services in the Honolulu, Hawaii area. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 27, 2026. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $9,847,000 firm-fixed-price contract for maintenance dredging in the Port of Alaska. Bids were solicited via the internet with two received. Work will be performed in Anchorage, Alaska, with an estimated completion date of Jan. 26, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $9,847,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (W911KB-21-C-0006). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2486177/

  • Eric Trappier (Dassault Aviation): "L'Allemagne va acheter des avions américains"

    11 mars 2022 | International, Aérospatial

    Eric Trappier (Dassault Aviation): "L'Allemagne va acheter des avions américains"

    Invité sur BFM Business, le patron de Dassault Aviation assure qu'il soutiendra l'Europe de la Défense, mais pas au détriment de son entreprise.

  • Battelle Embarks on DARPA ECHO Program

    30 juillet 2019 | International, C4ISR

    Battelle Embarks on DARPA ECHO Program

    COLUMBUS, Ohio--(BUSINESS WIRE)--Battelle has won an Associated Contractor Agreement for a new Defense Advanced Research Projects Agency (DARPA) Epigenetic Characterization and Observation (ECHO) program. The aim is to build a field-deployable platform technology that quickly reads someone's epigenome and identifies signatures that indicate whether that person has ever—in his or her lifetime—been exposed to materials that could be associated with weapons of mass destruction (WMD). Battelle will examine blood samples from people known to have handled materials associated with biological, chemical, explosive, pesticide or herbicide contaminants and compare those results to control subjects who have not handled these materials to identify unique epigenome signatures. The epigenome is biology's record keeper. Though DNA does not change over a single lifetime, a person's environment may leave marks on the DNA that modify how that individual's genes are expressed. This is one way that people can adapt and survive in changing conditions, and the epigenome is the combination of all these modifications. Though modifications can register within seconds to minutes, they imprint the epigenome for decades, leaving a time-stamped biography of an individual's exposures. Whereas current forensic and diagnostic screening technologies only detect the immediate presence of contaminants, the envisioned ECHO technology would read someone's epigenome from a biological sample even when other physical evidence has been erased. “We'll be developing methods to identify these signatures and how to interpret them for attribution—what did the person handle, when and for how long,” said Battelle Biologist and Principal Research Scientist Rachel Spurbeck, PhD, who is leading the effort. “This will even allow for diagnosing illnesses in individuals as a result of their exposure.” About Battelle Every day, the people of Battelle apply science and technology to solving what matters most. At major technology centers and national laboratories around the world, Battelle conducts research and development, designs and manufactures products, and delivers critical services for government and commercial customers. Headquartered in Columbus, Ohio since its founding in 1929, Battelle makes the world better by commercializing technology, giving back to our communities, and supporting science, technology, engineering and mathematics (STEM) education. For more information, visit www.battelle.org. Media Contacts For more information contact Katy Delaney at (614) 424-7208 or at delaneyk@battelle.org or contact T.R. Massey at (614) 424-5544 or at masseytr@battelle.org. Contacts Katy Delaney (614) 424-7208 delaneyk@battelle.org T.R. Massey (614) 424-5544 masseytr@battelle.org https://www.businesswire.com/news/home/20190729005374/en

Toutes les nouvelles