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

  • Israeli-German vendor team launches robotic vessel for spotting subs

    20 juin 2023 | International, Naval

    Israeli-German vendor team launches robotic vessel for spotting subs

    Elta and Atlas are joining underwater drones with an anti-submarine warfare sensor suite, though it's unclear whether the Germany Navy will spring for it.

  • Contract Awards by US Department of Defense - April 20, 2020

    21 avril 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - April 20, 2020

    ARMY Shimmick Construction Co., Oakland, California, was awarded a $116,429,893 modification (P00012) to contract W912EK-19-C-0002 for rehabilitation of the LaGrange Lock and Dam. Work will be performed in Versailles, Illinois, with an estimated completion date of July 21, 2021. Fiscal 2020 civil construction funds in the amount of $116,429,893 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity. Luhr Bros. Inc., Columbia, Illinois, was awarded a $45,000,000 firm-fixed-price contract for lease of dredge attendant plant and on-shore disposal of equipment for channel maintenance on the Ohio River. 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 Dec. 31, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-D-0011). Khotol Services Corp.,* Galena, Alaska, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2000 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers. 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 April 30, 2020. U.S. Army Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. AIR FORCE Honeywell Inc., Clearwater, Florida, has been awarded a cost-plus-fixed-fee and firm-fixed-price contract for engineering, manufacturing and development of the Embedded Global Positioning System/Inertial Navigation System Modernization (EGI-M). Work will be performed in Clearwater, Florida, and is expected to be completed by April 19, 2024. This award is the result of a sole-source acquisition and only one offer was received. The estimated total value of this contract is $99,146,127. Fiscal 2020 research, development, test and evaluation funds in the amount of $20,000,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Position, Navigation & Timing Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity (FA8576-20-C-0001). NAVY Timken Gears and Services Inc., King of Prussia, Pennsylvania, is awarded a $76,187,806 firm-fixed-price modification to previously awarded contract N00024-16-C-4202 to exercise options for main reduction gear shipsets for DDG-51 (Arleigh Burke-class guided-missile destroyers). Work will be performed in Santa Fe Springs, California (76%); Riverside, Missouri (9%); Latrobe, Pennsylvania (2%); Fitchburg, Massachusetts (2%); Erie, Pennsylvania (2%); New Castle, Delaware (1%); Milwaukee, Wisconsin (1%); St. Augustine, Florida (1%); and other locations below one percent (6%). The main reduction gears transmit the power from two main propulsion gas turbines to the propulsion shaft. Each DDG 51-class destroyer has two gear assemblies, one for each propulsion shaft. The DDG 51-class guided-missile destroyer is a multi-mission surface combatant with 67 delivered ships, and 21 more are currently under contract. Work is expected to be complete by November 2023. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $76,187,806 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. BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded a $17,381,169 modification (P00001) to previously awarded firm-fixed-price contract N00019-20-C-0042. This modification procures the necessary hardware, technical engineering, management and logistics support to fabricate, assemble, test and deliver three T-1622/ALE-55(V) fiber optic towed decoys for a Foreign Military Sales (FMS) customer and 102 electronic frequency converters for the Navy. 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%); and various locations within the continental U.S. (16%). Work is expected to be complete by March 2022. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funds in the amount of $13,088,010; fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,027,080; and FMS funds in the amount of $266,079 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Systems Command, Patuxent River, Maryland, is the contracting activity. Hi-Q Engineering Inc.,* Poway, California, is awarded a $17,315,857 ceiling increase modification to previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract N65236-17-D-8006 for engineering, test and evaluation, logistics and technical services for fixed very low frequency/low frequency broadcast transmitter stations. Work will be performed in Dallas, Texas (35%); Poway, California (30%); Oklahoma City, Oklahoma (15%); Charleston, South Carolina (10%); and Norfolk, Virginia (10%), and is expected to be complete by May 2022. This modification brings the total cumulative value of the contract to $55,972,607. No funds are obligated at the award of this modification. Fiscal 2020 operations and maintenance (Navy); fiscal 2020 research, development, test and evaluation (Navy); fiscal 2021 other procurement (Navy); fiscal 2021 operations and maintenance (Navy); fiscal 2022 other procurement (Navy); and fiscal 2022 operations and maintenance (Navy) funds in the amount of $17,315,857 will be obligated on individual task orders as they are issued. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $7,142,318 fixed-price incentive (firm target) modification to previously awarded contract N00024-13-C-2307 to exercise an option for the accomplishment of post-delivery availability (PDA) work items for DDG-121. Work will be performed in Pascagoula, Mississippi. Immediately following the preliminary acceptance of the vessel, Huntington Ingalls Industries will complete the efforts required for PDA work items in the contractor's yard. The modification for PDA work items will be accomplished before the vessel departs and sails away from the contractor's shipyard. Work is expected to be complete by February 2021. Fiscal 2015 shipbuilding and conversion (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $7,142,318 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. DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a $12,581,850 modification (P00037) to a 50-year utilities privatization contract (SP0600-15-C-8302) with no option periods to incorporating an increase to the operations, maintenance, renewal and replacement charges for water and wastewater utility service systems. This is a fixed-price with economic-price-adjustment contract. Location of performance is California, with a May 31, 2066, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2157205/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 16, 2020

    17 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 16, 2020

    ARMY EA-Wood-2 MP JV,* Hunt Valley, Maryland (W912DY-20-D-0073); and Gsina-Gilbane JV LLC,* Flemington, New Jersey (W912DY-20-D-0075), will compete for each order of the $400,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure the services of small business firms to perform Military Munitions Response Program responses involving conventional munitions; environmental compliance and remediation services; and other munitions-related services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 3, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $89,551,256 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Long Range Radar-Enhanced and Vehicle and Dismount Exploitation Radar program efforts. 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 June 15, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0012). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $61,890,745 modification (P00282) to contract W56HZV-15-C-0095 to increase available options under the current Joint Light Tactical Vehicle trailer contract from 32 to 3,541. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2021. Fiscal 2020 procurement; defense-wide; and other procurement, Army funds in the amount of $61,890,745 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. NIC4 Inc.,* Tampa, Florida, was awarded a $16,778,695 modification (P00002) to contract W91CRB-19-D-5001 to increase various line items due to additional scope and add additional services connected with Very Small Aperture Terminals services and equipment. 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 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Seqirus Inc., Summit, New Jersey, has been awarded a maximum $66,563,972 firm-fixed-price, indefinite-quantity contract for injectable influenza vaccines. This was a competitive acquisition with two offers received. This is a one-year contract with no option periods. Location of performance is New Jersey, with a June 15, 2021, performance completion date. Using customers are Army, Air Force, Navy and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0004). Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $33,645,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with eight responses received. Location of performance is Puerto Rico, with a June 15, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1258). Viasat Inc., Carlsbad, California, has been awarded a maximum $8,928,000 firm-fixed-price contract for AV-8B spare parts. 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-month contract with no option periods. Location of performance is California, with a Sept. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-R016). Skupien Solutions, doing business as Superior Surgical,* Brentwood, Tennessee, has been awarded a maximum $8,000,000 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 122 responses received. This is a five-year contract with no option periods. Location of performance is Tennessee, with a June 15, 2025, ordering period end 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-0043). NAVY Civil Works Contracting LLC,* Wilmington, North Carolina (N40085-15-D-0847); Hager Construction Co.,* Jacksonville, Florida (N40085-15-D-0848); Onopa Services LLC,* Sanford, Florida (N40085-15-D-0850); and Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-15-D-0851), are awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. Work will be performed at various Navy and Marine Corps installation locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, total/partial repairs, interior/exterior and the alteration/renovation of buildings. Other systems and infrastructure may include civil, structural, mechanical, electrical, communication systems and the installation of new or extensions to existing high voltage electrical distribution systems; high pressure steam distribution systems; potable water distribution systems and sanitary sewer systems. Additional work provides for storm water control systems, painting, removal of asbestos materials, lead paint and incidental related work. Work is expected to be complete by June 2021. After award of this modification, the total maximum dollar value for all six contracts combined will be $150,000,000. No funds will be obligated at the time of award, and will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Marine Corps) and military construction funds. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Austal USA, Mobile, Alabama, is awarded a $43,362,470 cost-plus-fixed-fee and firm-fixed-price modification to previously awarded contract N00024-17-C-2301 to exercise options for Littoral Combat Ships (LCS) class design services and Integrated Data and Product Model Environment (IDPME) support. Work will be performed in Mobile, Alabama (60%); and Pittsfield, Massachusetts (40%). Austal USA will provide class design services, including but not limited to, technical analyses, non-recurring engineering, configuration management, software maintenance, production assessments, diminishing manufacturing sources analysis, root cause analysis and sea frame reliability analysis. Austal USA will also maintain an IDPME that provides the Navy access to enterprise data management, visualization, program management applications, network management and control. Work is expected to be complete by June 2021. Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and 2020 research, development, test, and evaluation (Navy) funding in the amount of $10,954,997 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado, is awarded a $33,097,127 modification on firm-fixed-price task order N69450-20-F-0077 under a multiple award construction contract for design build repairs of Building 633 at Naval Air Station Pensacola. Work will be performed in Pensacola, Florida, and provides for the design build construction, alteration and repair of Building 633 in order to return the building to full operation. Building 633 is approximately 117,000 square feet and is a historic federal facility with administrative spaces, classrooms and an auditorium. Work is expected to be complete by September 2021. After the award of this modification, the total task order value will be $34,095,501. The task order also contains seven unexercised options, which will increase cumulative task order value to $38,407,860 if exercised. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $33,097,127 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-19-D-8024). AH Environmental Consultants Inc.,* Newport News, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for professional environmental consulting services within the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). Initial task order is being awarded at $61,661 to update the storm water pollution prevention plan and annual comprehensive evaluation plan at the Naval Support Activity, Panama City, Florida. The work provides for professional architect-engineering services for potable water, wastewater, storm water, spill control and other related miscellaneous environmental services, to include various forms of support for these environmental programs. Work for this task order is expected to be complete by September 2020. All work on this contract will be performed at various activities in the NAVFAC Southeast AO and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $61,661 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&MN. This contract was competitively procured via the Navy Electronic Commerce Online website and five proposals were received. The NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0031). Forward Slope Inc., San Diego, California (N66001-20-D-3430); ODME Solutions LLC, San Diego, California (N66001-20-D-3431); SOLUTE, San Diego, California (N66001-20-D-3432); and Syneren Technologies Corp., Arlington, Virginia (N66001-20-D-3433), are awarded a $11,288,928 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple-award contract to support meteorological and oceanographic capabilities for Foreign Military Sales systems, expeditionary/joint systems and projects supporting ashore and afloat operations worldwide. Work will be performed in San Diego, California. All four awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three one-year option periods, which will bring the potential value of this contract to an estimated $29,115,178 if exercised. The period of performance of the base award is from June 16, 2020, through June 15, 2022. If all options are exercised, the period of performance would extend through June 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); research, development test and evaluation (Navy); and Foreign Military Sales funds. This contract was competitively procured via request for proposal N66001-20-R-0088 which was published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Five offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,665,000 firm-fixed-price modification (PZ0011) to contract FA8621-17-C-6398 for F-15SA aircrew training devices (ATD). The contract modification provides for the purchase and installation of a full mission trainer (FMT), a visual database for the area of King Khalid Air Base, Saudi Arabia, and five years of contractor logistics support for existing ATDs. Work will be performed in St. Louis, Missouri; King Faisal Air Base, Saudi Arabia; and King Khalid Air Base, Saudi Arabia. This modification involves Foreign Military Sales (FMS) to Saudi Arabia, and work is expected to be completed by April 30, 2024. FMS funds in the amount of $27,040,000 are being obligated at the time of award. Total cumulative face value of the contract is $93,740,000. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $19,910,587 cost-plus-fixed-fee contract modification (P00014) to contract FA8806-19-C-0003 for support to the Schriever Air Force Base Infrastructure - Minimal Viable Product (MVP) effort. This modification provides for cross-domain solutions, design, integration and rapid delivery team services. Work will be performed in Colorado Springs, Colorado, and is expected to be completed April 30, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $14,465,154 are being obligated at the time of award. The total cumulative face value of the contract is $80,366,105. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small Business **Small Disadvantaged Business in Historically Underutilized Business Zone https://www.defense.gov/Newsroom/Contracts/Contract/Article/2222335/source/GovDelivery/

Toutes les nouvelles