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

Contract Awards by US Department of Defense - July 24, 2020

DEFENSE LOGISTICS AGENCY

General Electric Aviation, Cincinnati, Ohio, has been awarded an estimated $259,403,817 modification (P00051) exercising the three-year option period of an eight-year base contract (SPE4AX-15-D-9412) with one three-year option period for supplies related to airplane engine platform support. This modification brings the total cumulative face value of the contract to $892,596,638 from $633,192,821. This is a firm-fixed-price, requirements-type contract. Location of performance is Ohio, with a May 31, 2023, performance completion date. Using customers are Air Force, Navy and Foreign Military Sales partner countries. Type of appropriation is fiscal 2020 through 2023 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-15-D-9412).

EFW Inc., Fort Worth, Texas, has been awarded a maximum $11,999,844 firm-fixed-price contract for Bradley Fighting Vehicle controller grip assemblies. 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 Texas, with a July 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0020).

Curtiss-Wright Defense Systems, Santa Clarita, California, has been awarded a maximum $7,532,963 firm-fixed-price contract for an advanced mission management system in support of the MQ4-C Triton aircraft program. 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 19-month contract with no option periods. Location of performance is California, with a Feb. 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy operations, maintenance and procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-K019).

NAVY

RQ-DPR JV, Carlsbad, California, is awarded a $143,587,704 firm-fixed-price contract for the construction of Hurricane Florence Recovery Package 2, Headquarters, located at Marine Corps Base Camp Lejeune, North Carolina. The contract also contains 45 unexercised planned modifications and 19 unexercised options, which if exercised will increase the cumulative contract value to $178,308,510. Work will be performed in Camp Lejeune, North Carolina. This contract provides replacements for buildings damaged during Hurricane Florence. The construction is divided into eight separate projects encompassing the following areas: Combat Logistics Battalion Headquarters Facilities; 2nd Marine Division Tank Battalion and Company Headquarters and Armory; Regimental Headquarters, 2nd Marine Division; 1/8 Battalion Headquarters; 24th and 26th Marine Expeditionary Unit Headquarters; 2nd Marine Division Transportation Support Battalion Headquarters; Environmental Management Division; and Marine Corps Advisor Battalion Headquarters. Work is expected to be completed by March 2025. Fiscal 2019 military construction (Marine Corps) contract funds in the amount of $120,616,899; and fiscal 2020 military construction (Marine Corps) contract funds in the amount of $22,970,805 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, and 13 proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0044).

Archer Western Construction, Tampa, Florida, is awarded an $117,995,000 firm-fixed-price contract for the construction of Hurricane Florence Recovery Package 4, Bridges, located in Marine Corps Base Camp Lejeune, North Carolina. Work will be performed in Camp Lejeune, North Carolina. This contract provides replacements for bridges damaged during Hurricane Florence. The construction is divided into two separate projects encompassing a moveable bridge across the Intracoastal Waterway, the White Oak River and Queens Creek Trestles. Work is expected to be completed by March 2025. Fiscal 2019 military construction (Marine Corps) contract funds in the amount of $117,995,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, and six proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8505).

American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $26,462,500 firm-fixed-price contract with reimbursable elements for the U.S. Flagged, West Coast, Jones Act tanker vessel M/T Empire State. This contract includes one 12-month firm period, three one-year options and one 11-month option period, which if exercised will bring the cumulative value of this contract to $190,364,159. Work will be performed worldwide, and is expected to be completed by July 2025. Transportation Working Capital Funds in the amount of $26,462,500 are obligated for fiscal 2020 and fiscal 2021, and will expire at the end of the fiscal 2021. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, and two offers were received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4105).

Analysis, Computing & Engineering Solutions Inc., Columbia, Maryland, is awarded a $19,062,904 cost-plus-fixed-fee contract for Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Systems design and development. This contract includes options which, if exercised, will bring the cumulative value of this contract to $100,273,144. Work will be performed in Washington, D.C. The services to be acquired consist of continuing advanced research and development for scientific, technical and engineering efforts associated with the development and integration of C4ISR systems. Work is expected to be completed by July 2025. Fiscal 2020 Working Capital Funds (Navy) in the amount of $2,395,802; and fiscal 2020 research, development, test and evaluation (Navy) in the amount of $150,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured and three offers were received via Federal Business Opportunities (FedBizOpps). This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-20-C-6002).

Deloitte Consulting, Arlington, Virginia, is awarded a $13,296,822 cost-plus-fixed-fee contract for complete engineering changes to the Order to Payment System (OTPS), also known as NEST. The objective of this contract is to enable effective management of the current Next Generation Enterprise Network contracts, as well as to obtain the full range of systems engineering, software engineering, project management, integration and application sustainment services to assist and support the Navy's Program Executive Office Digital and Enterprise Services to complete OPTS/NEST engineering changes. The three option periods, if exercised, will bring the cumulative value of this contract to an estimated $49,158,628. Work will be performed in Arlington, Virginia, and is expected to be completed by January 2024 if all options are exercised. $3,486,500 in fiscal 2020 operation and maintenance (Navy); and $5,456,500 in fiscal 2020 research, development, test and evaluation (Navy) funding will be applied to this contract after contract award. $3,486,500 of the obligated funds would have expired at the end of the current fiscal year if this award had not been made. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1). There is only one responsible source under the Federal Acquisition Regulation subpart 6.302-1. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-C-0011).

Oceanetics Inc., doing business as Truston Technologies,* Annapolis, Maryland, is awarded a $11,811,782 firm-fixed-price contract for the detailed design, fabrication and installation of a waterside security barrier (WSB) system at three commercial shipyards located in San Diego Bay: General Dynamics (National Steel and Shipbuilding Co.), BAE Systems Inc. and Huntington-Ingalls Industries. The effort will also include the training of personnel on the maintenance and operation of the WSB system and an initial suite of spares and repair parts. Work will be performed in Welch, West Virginia (75%); San Diego, California, (20%); and Annapolis, Maryland (5%). The new WSB will meet force protection requirements and allow for the cessation of manned security patrols. Work is expected to be completed by February 2022. Fiscal 2018 other procurement (Navy) funding in the amount of $11,811,782 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, and three offers were received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-6303).

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $10,048,979 firm-fixed-price modification to previously awarded contract N00024-15-C-5228 to exercise options for the production of Cooperative Engagement Capability (CEC) AN/USG-3B equipment sets and installation and checkout replacement components. Work will be performed in Largo, Florida (60%); Johnstown, Pennsylvania (30%); and Menlo Park, California (10%). The CEC is a sensor netting system that significantly improves battle force capability by extracting and distributing sensor-derived information, such as the superset of data that is available to all participating CEC units. The CEC also improves overall situational awareness by enabling longer range, cooperative, multiple, or layered engagement strategies. Work is expected to be completed by January 2022. Fiscal 2020 aircraft procurement (Navy); fiscal 2020 other procurement (Navy); fiscal 2019 procurement Marine Corps; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $10,048,979 will be obligated at the 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.

Vigor Marine LLC, Portland, Oregon, is awarded a $10,000,000 modification to previously awarded contract N00024-19-C-4447 to support USS Chosin (CG 65) extended dry-docking selected restricted availability. Work will be performed in Seattle, Washington. This modification will provide docking and pier-side services to USS Chosin (CG 65) during the performance of the extended availability at Vigor Shipyard, Seattle, Washington. The contract will include all necessary docking and pier-side services, labor, material and equipment deemed necessary to support the performance of depot level repairs. Work is expected to be completed by October 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $5,454,170 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $4,545,830 will be obligated at the time of award and will expire at the end of the current fiscal year. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

ARMY

Airfield Contracting,* Columbus, Ohio, was awarded a $21,456,750 firm-fixed-price contract to repair airfield drainage at Laughlin Air Force Base. Bids were solicited via the internet with three received. Work will be performed in at Laughlin Air Force Base, Texas, with an estimated completion date of March 26, 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $21,456,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0026).

Government Marketing and Procurement LLC,* Wimberley, Texas, was awarded an $18,000,000 modification (P00005) to contract W912DY-18-D-0024 for Vocera wireless hands-free communications systems and supporting hardware/software infrastructure. Work will be performed in Wimberley, Texas, with an estimated completion date of Aug. 1, 2023. Fiscal 2020 Defense Health Program funds in the amount of $18,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

AIR FORCE

Kearney & Company P.C., Alexandria, Virginia, has been awarded an $11,119,320 firm-fixed-price modification (P00011) to contract FA7014-18-F-1022 for advisory and assistance support. This modification exercises Option Year Two that continues support for Total Force analysis to include capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment, and planning support. Work will be performed in Washington, D.C., and if all options are exercised, work is expected to be completed July 31, 2023. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 operations and maintenance funds in the amount of $5,399,055 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2287902/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense – September 22, 2020

    23 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 22, 2020

    DEFENSE LOGISTICS AGENCY Sysco Hampton Roads Inc., Suffolk, Virginia, has been awarded a maximum $804,744,193 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a five-year contract. Location of performance is Virginia, with a Sept. 20, 2025, ordering period end date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3286). O&M Halyard, Mechanicsville, Virginia, has been awarded a maximum $35,188,397 indefinite-delivery/indefinite-quantity contract for medical and surgical products. This was a competitive acquisition with 18 responses received. This is a one-year base contract with nine one-year option periods. Location of performance is Virginia, with a Sept. 21, 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 agency is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0018). Raytheon Co., McKinney, Texas, has been awarded a maximum $32,248,579 firm-fixed-price contract for television cameras and sensor assembly units for the Bradley Fighting Vehicle. 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 two-year base contract with one one-year option period. The option is being exercised at the time of award. Location of performance is Texas, with a May 25, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-20-C-0188). AIR FORCE Lockheed Martin Space, Sunnyvale, California, has been awarded an $85,273,664 fixed-price, incentive-firm, firm-fixed-price, cost‐plus‐incentive‐fee and cost-reimbursement modification (P00180) to previously awarded contract FA8810‐13‐C‐0002 to continue Space Based Infrared System contractor logistics support. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, all located in Colorado, and is expected to be completed March 31, 2021. Fiscal 2020 operations and maintenance funds will be used with no funds being obligated at the time of award. Total cumulative face value of the contract is $1,914,295,948. The Air Force Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity. The Boeing Co., Layton, Utah, has been awarded a $13,287,959 cost-plus-fixed-fee modification (P00132) to contract FA8214-15-C-0001 for additional qualification requirements for the Signal Conditioner Module for the MOD 7 Flight Test Kit (SC Module). The objective of this proposed effort is to perform full qualification and acceptance testing to support new builds. Work will be performed in Layton, Utah, and is to be completed June 30, 2022. Fiscal 2020 missile procurement funds in the amount of $4,140,649 are being obligated at the time of award. Modification is funded with current year 3020 funds. AFNWC/PZBB is the contracting agency at Hill Air Force Base, Utah. Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity. Systems and Technology Research,* Woburn, Massachusetts, has been awarded an $8,297,019 cost-plus-fixed-fee contract for software deliverables. This contract provides for the research and development of challenge problems to validate and evaluate the design technologies developed by the Technology Area (TA) 1 team and the symbiosis technologies developed by TA2 teams. The focus of the research is Unmanned Underwater Vehicle (UUV) related models and seed designs. This effort brings two unique and differentiated design approaches to the Symbiotic Design for Cyber Physical Systems community from two pioneering UUV developers. Work will be performed in Woburn, Massachusetts, and is expected to be completed October 2024. This award is the result of a competitive acquisition and 23 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,011,150 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0535). ARMY FN America LLC, Columbia, South Carolina, was awarded a $78,709,973 firm-fixed-price contract for M249 Squad Automatic Weapons. 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 Sept. 19, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-D-0036). James Construction Group LLC, Baton Rouge, Louisiana, was awarded a $13,349,914 firm-fixed-price contract to design and construct a new two-lane bridge. Bids were solicited via the internet with three received. Work will be performed at Fort Hood, Texas, with an estimated completion date of May 23, 2022. Fiscal 2020 military construction (Army) funds in the amount of $13,349,914 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0038). World Wide Technology LLC, St. Louis, Missouri, was awarded an $8,980,145 firm-fixed-price contract for network upgrades. Bids were solicited via the internet with one received. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Nov. 9, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,980,145 were obligated at the time of the award. U.S. Army 408th Contracting Support Brigade, Camp Arifjan, Kuwait, is the contracting activity (W912D2-20-F-0046). Julius Kaaz Construction Co. Inc.,* Leavenworth, Kansas, was awarded an $8,852,723 firm-fixed-price contract to complete the renovation of Building 50 at Fort Leavenworth. Bids were solicited via the internet with five received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of March 25, 2022. Fiscal 2020 civil construction funds in the amount of $8,852,723 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4015). NAVY Life Cycle Engineering Inc., Charleston, South Carolina (N64498-20-D-4036, $44,312,721); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-20-D-4037, $33,941,662), are awarded a combined total $78,254,383 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services to support the shipboard Electronic Chart Display and Information System and the Situational Awareness Bridge Display System for the Naval Surface Warfare Center, Philadelphia Division. Work will be performed in Philadelphia, Pennsylvania (20%); Norfolk, Virginia (10%); San Diego, California (10%); Washington, D.C. (5%); Mayport, Florida (5%); Charlottesville, Virginia (4%); Pearl Harbor, Hawaii (4%); Yokosuka, Japan (4%); the Kingdom of Bahrain (4%); Bremerton, Washington (2%); Rota, Spain (2%); and the remainder of the work (30%) will be performed at the contractor sites according to each awarded task order, and is expected to be completed by September 2025. Fiscal 2020 other procurement (Navy) funding in the amount of $500,000 ($250,000 obligated on each contract) will be obligated at time of award and will not expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. The Boeing Co., Jacksonville, Florida, is awarded a $75,129,607 modification (P00006) to previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N00019-19-D-0003. This modification exercises options to provide aircraft inspections, modifications and repairs as well as inner wing panel (IWP) modifications and repairs for the F/A-18 E/F and EA-18G series aircraft. These efforts restore the aircraft and IWP to meet service life projections in accordance with new design specifications. Work will be performed in Jacksonville, Florida (80%); St. Louis, Missouri (15%); and Lemoore, California (5%), and is expected to be completed in September 2021. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Etolin Strait Partners LLC,* Norfolk, Virginia, is awarded a $30,000,000 firm-fixed-price contract modification for the exercise of Option Year One under an indefinite-delivery/indefinite-quantity contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington, D.C., area of responsibility (AOR). The work to be performed provides for various maintenance, repair, alteration and minor new construction projects for facilities located primarily within the NAVFAC Washington, D.C., AOR in Maryland, Virginia, and Washington, D.C. The total contract amount after this modification will be $60,000,000. No task orders are being issued at this time. Work will be performed primarily in Maryland, Virginia, and Washington, D.C., and is expected to be completed by September 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2021 military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Defense Logistics Agency); and Navy working capital funds. NAVFAC Washington, D.C., is the contracting activity (N40080-19-D-0007). Centerra Integrated Services LLC, Herndon, Virginia, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $30,000,000 for minor construction, alteration and repair of real property and utilities at Naval Station Guantanamo Bay, Cuba. An initial task order is awarded at $64,194 to provide new high density polyethylene pile fenders at the Windward and Leeward Ferry Landing. The work to be performed provides for, but is not limited to, general construction projects including new construction, repair, alteration, renovation, demolition and other construction-related operations or projects. Work for this task order is expected to be completed by January 2021. All work for this contract will be performed in Guantanamo Bay, Cuba. The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $64,194 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&M, N and O&M (Army). This contract was competitively procured via the beta.SAM.gov Contract Opportunities website with three proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0072). Bette & Cring LLC, Latham, New York, is awarded a $23,064,843 firm-fixed-price contract for the construction of a co-generation plant at the Naval Research Laboratory, Washington, D.C. This work to be performed is a construction project for the co-generation plant with a combined heat and power system to generate electricity and steam at the Naval Research Laboratory. Site preparation includes above-ground site demolition and relocations, underground site demolition and utility relocations, excavation, grading preparation for construction and paving. Mechanical systems will include water, steam, sewer, heating, ventilation and air conditioning. Work will be performed in Washington, D.C., and is expected to be completed by April 2023. Fiscal 2016 and 2017 military construction contract funds in the amount of $23,064,843 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-20-C-0023). The Boeing Co., St. Louis, Missouri, is awarded a $21,909,659 modification (P00040) to previously awarded cost-plus-fixed-fee contract N00019-16-C-0032. This modification exercises an option for test and evaluation support for Next Generation Jammer integration on the EA-18G aircraft. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,360,505 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. Pacific Maritime Industries (PMI) Corp.,* San Diego, California (N00189-20-D-0030); TST Fabrications LLC,* Norfolk, Virginia (N00189-20-D-0031); and Tri-Way Industries (TWI) Inc.,* Auburn, Washington, (N00189-20-D-0032), are awarded an estimated $15,984,115 multiple award for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide a means to purchase shipboard lockers and related materials in support of the Shipboard Habitability Improvement Program at competitive prices in accordance with the delivery schedules listed on the Statement of Work. The contracts will run concurrently and will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8, which if exercised, will bring the total estimated value of this contract to $19,540,057. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by March 2026. Specific requirements for habitability support cannot be predicted at this time; therefore, the various locations of where the supplies will be delivered cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,500 ($2,500 on each of the three contracts) will be obligated to fund the contracts' minimum amounts and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov as a small business set-aside for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk Office, Norfolk, Virginia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is awarded a $9,018,804 firm-fixed-price modification (P00023) to previously awarded fixed-price-incentive-successive-target contract N00019-17-C-0018. This modification establishes final configuration and final price determination for the unique material required for the MQ-4C Triton unmanned aircraft. This modification provides for the procurement of three Integrated Functional Capability (IFC) 4.0 material kits and one IFC 4.0 retrofit kit. Additionally, this modification adds scope to support non-recurring engineering efforts associated with wing and v-tail modifications and the procurement of components and associated efforts in support of Lot Three low rate initial production. Work will be performed in Rancho Bernardo, California (28.9%); Palmdale, California (12.6%); Waco, Texas (9.6%); Red Oak, Texas (5.6%); Sparks, Nevada (5%); Verona, Wisconsin (4.4%); Bridgeport, West Virginia (2.4%); Westchester, Ohio (2.4%); San Clemente, California (2.1%); Salt Lake City, Utah (1.2%); Menlo Park, California (1.1%); and various locations within the continental U.S. (24.7%), and is expected to be completed in March 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $9,018,804 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Oceaneering International Inc., Chesapeake, Virginia, is awarded a $7,733,142 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-18-C-6413 to exercise options for configuration changes, engineering services, material maintenance and repair. Work will be performed in Chesapeake, Virginia, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Defense-wide; 80%), and fiscal 2020 procurement (Defense-wide; 20%) in the amount of $497,000 will be obligated at the time of award, of which, funds in the amount of $397,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2357052/source/GovDelivery/

  • The Defense Department Is a Bad Customer. Let’s Change That.

    18 mars 2022 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    The Defense Department Is a Bad Customer. Let’s Change That.

    Two active duty officers spent time at tech firms. Here’s what they learned.

  • Le Rafale plus favori que jamais en Inde face au Super Hornet

    29 août 2022 | International, Aérospatial

    Le Rafale plus favori que jamais en Inde face au Super Hornet

    Afin de moderniser sa flotte de chasse embarquée, et d'armer le nouveau porte-avions INS Vikrant qui entrera en service le 2 septembre, la Marine Indienne avait lancé une compétition portant initialement sur 57 appareils embarqués.

Toutes les nouvelles