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

Contract Awards by US Department of Defense - July 28, 2020

U.S. TRANSPORTATION COMMAND

James J. Flanagan Shipping Corp., Beaumont, Texas, has been awarded a $144,135,422 firm-fixed-price contract (HTC711-20-D-R050). The contract provides stevedoring and related terminal services at ports in Beaumont, Corpus Christi, and Port Arthur, Texas. The contract period of performance is from Oct. 3, 2020, to Oct. 2, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded an $83,647,556 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides research and development support services for the Medical Modeling and Simulation Planning Tools Sustainment, Enhancement and Application program for the Naval Health Research Center, San Diego, California. Work will be performed in Huntsville, Alabama (80%); and San Diego, California (20%), and is expected to be completed by August 2026. No funds will be obligated at the time of award. The initial task order for $8,853,470 for the base period of performance will be awarded with fiscal 2019 research, development, test and evaluation (Defense Health Program) funding of $296,551, which will expire at the end of the current fiscal year; and fiscal 2020 research, development, test and evaluation (Navy) funding of $4,359,068, which will not expire. The balance of the task order will be incrementally funded. The total value of the initial task order for the base period and one option year, if exercised, is $17,918,761. This contract was competitively procured via the beta.SAM.gov website and one offer was received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-D-5008).

L-3 Communications Integrated Systems L.P., Waco, Texas, is awarded a $20,102,664 modification (P00053) to previously awarded cost-plus-fixed-fee contract N00019-15-C-0093. This modification exercises options for the installation of auxiliary power units, digital red switch systems and Family of Beyond Line-of-Sight Terminals/Presidential National Voice Conferencing modifications and associated support on two E-6B Mercury aircraft. Work will be performed in Waco, Texas, and is expected to be completed by July 2021. Fiscal 2020 aircraft procurement (Navy) funds for $20,102,664 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.

Caterpillar Defense Products, Peoria, Illinois, is awarded an $18,233,057 time and material, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering, logistics and program management services. Work will be performed at Caterpillar's facilities and fleet concentration areas in the continental U.S. and shipboard locations outside of the continental U.S. according to each task order to be assigned. It is estimated that 80% of the work will occur at the contractor's facilities and 20% of the work will occur at government facilities. The services under this contract will provide enhanced life cycle manager, management and in-service engineering agent support services for Navy, Military Sealift Command and Coast Guard engine lines under Caterpillar's cognizance in order to augment the effectiveness of critical diesel engine programs, including diesel readiness system and diesel maintenance system, by engaging with a primary diesel engine original equipment manufacturer Caterpillar. The contract will have a five year ordering period and work is expected to be completed by July 2026. Fiscal 2020 operations and maintenance (Navy) funding in the total amount of $204,510 will be obligated at time of award and will expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4035).

Lockheed Martin Corp., Owego, New York, is awarded an $18,100,000 modification (P00015) to previously awarded firm-fixed-price, cost-plus-fixed-fee contract N00019-19-C-0013. This modification provides non-recurring efforts and modifies three Lot 14 MH-60R helicopters to the initial India configuration in support of the MH-60R modification program for the government of India. Work will be performed in Owego, New York (95%); and Stratford, Connecticut (5%), and is expected to be completed by March 2022. Foreign Military Sales funds for $18,100,000 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.

Progeny Systems Corp., Manassas, Virginia, was awarded an $18,063,794 cost-plus-fixed-fee level of effort and cost-only modification to previously awarded contract N00024-18-C-6265 to exercise options for engineering and technical services for Navy submarines that will include software development, commercial off-the-shelf products and hardware and software integration. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%). The supplies under this contract, Small Business Innovative Research Topic N96-278, will lead to the development of new designs that will replace obsolete subsystems, provide recommendations to reduce acquisition life cycle costs and improve reliability. The scope of work will involve the application of engineering disciplines required to analyze, design, fabricate and integrate hardware and software solutions for commercial off-the-shelf based subsystems that collectively provide capabilities to Naval platforms. Work is expected to be completed by July 2021. Fiscal 2020 shipbuilding and conversion (Navy); and 2020 research, development, test and evaluation (Navy) funding in the amount of $2,637,309 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. (Awarded July 24, 2020)

The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $13,833,549 firm-fixed-price task order (N40085-20-F-5948) under a multiple award construction contract for repairs and improvements to the industrial wastewater treatment plant at Marine Corps Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina. The work to be performed provides for improvements and repairs to the industrial wastewater treatment plant; repairs to process equipment including the influent flow meter; grit removal system; primary clarifiers; equalization basins; scum pumps; up-flow clarifiers; continuous treatment facility; chemical ventilation systems; sludge dewatering system; construction of a new effluent Parshall flume; new sludge storage tank; and chemical storage tanks. Repairs to structural components include the chemical tote area, various equipment pads, concrete tank patching and handrails. Repairs to the existing electrical and process control systems include new conduit, wire and site lighting. Site improvements include drainage issue correction and the repair and upgrade of fences around the complex. Work is expected to be completed by July 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $13,833,549 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity (N40085-20-D-0036).

Military and Federal Construction Co.,* Jacksonville, North Carolina, is awarded a $10,823,608 firm-fixed-price task order (N40085-20-F-5918) under a multiple award construction contract for repairs to the bachelor enlisted quarters (BEQ 4313) at Marine Corp Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina. The work to be performed provides for improvements and repairs to BEQ 4313, including interior components and surfaces; concrete cantilever breezeways; windows and doors; interior and exterior walls; vanities and head accessories; floor coverings; stair trends; building exterior; electrical panels and subpanels; arc fault breakers; light fixtures; the fire suppression system; water supply; waste and vent piping; plumbing piping and fixtures; and the parking lot. Work is expected to be completed by February 2022. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $10,823,608 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity (N40085-16-D-6303).

Alpha Marine Services LLC, Galliano, Louisiana, is awarded a $9,754,990 firm-fixed-price contract for the time charter of seven tractor-like tugs in support of Navy bases at Kings Bay, Georgia; and Mayport, Florida. This contract includes a 12-month base period, four 12-month option periods and a six-month option period, which, if exercised, will bring the cumulative value of this contract to $55,177,663. Work will be performed in Kings Bay (50%); and Mayport, Florida (50%), and is expected to be completed by July 2025. Working capital funds (Navy) in the amount of $9,754,990 are obligated for fiscal 2020 and fiscal 2021 and will expire at the end of the fiscal years. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-3511).

Global, a 1st Flagship Co.,* Newport Beach, California, is awarded an $8,912,327 modification to cost-plus-fixed-fee contract N00024-17-C-4404 to exercise Option Period Three. This contract includes options which, if exercised, will bring the cumulative value of this contract to $60,737,344. Currently, the total value of the base, Option Period One, and Option Period Two is $41,290,787. The contract is to acquire services and material necessary to support and maintain all vessels assigned to the Naval Sea Systems Command (NAVSEA) Inactive Ship Maintenance Office, Bremerton, Washington. Work will be performed in Bremerton, Washington, and San Diego, California. This option exercise is for services and material necessary to operate and maintain all vessels assigned to the NAVSEA Inactive Ship Maintenance Office, Bremerton, Washington. Services include receipt, inspection, survey, maintenance and disposal of vessels. In addition, the contractor may perform structural, mechanical and electrical repairs. Work is expected to be completed by August 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $2,651,310 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

BFBC LLC, Bozeman, Montana, was awarded a $57,738,442 modification (P00014) to contract W912PL-19-C-0014 to design and construct approximately nine miles of three-phase power distribution, lighting, closed-circuit television camera, linear ground detection system and shelters for the Barrier Wall Project. Work will be performed in Yuma, Arizona, with an estimated completion date of June 29, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $57,738,442 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

Amentum Services Inc., Germantown, Maryland, was awarded a $15,000,000 modification (000271) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Ad HOC Research Associates,* Havre de Grace, Maryland, was awarded an $11,040,092 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract to provide support for the Cyber Battle Lab, Capabilities Development Integration Division, Futures and Concept Center, Army Futures Command development and experimentation in support of all areas of cyber electromagnetic activities to include cyberspace operations, electronic warfare, Department of Defense Information Network-Army (DODIN-A), and information operations. Bids were solicited via the internet with 12 received. Work will be performed at Fort Gordon, Georgia, with an estimated completion date of July 27, 2025. No funding was obligated at time of award. Funding will be obligated by delivery orders under the contract. Mission and Installation Contracting Command-Fort Gordon, Fort Gordon, Georgia, is the contracting office (W91249-20-D-0006).

Kiewit Infrastructure South, Omaha, Nebraska, was awarded a $7,015,443 firm-fixed-price contract to restore the North Jetty at Ponce de Leon Inlet, Volusia County, Florida. Bids were solicited via the internet with three received. Work will be performed in Ponce de Leon, Florida, with an estimated completion date of Feb. 10, 2022. Fiscal 2020 civil construction funds in the amount of $7,015,443 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0008).

AIR FORCE

Hologic Inc., Marlborough, Massachusetts, has been awarded a firm-fixed-price, undefinitized contract action with a price ceiling of $7,597,607 to build and validate equipment used in manufacturing of COVID-19 testing consumables intended to expand domestically manufactured test availability in the U.S. The contractor will provide all necessary personnel, supervision, management, tools, equipment, transportation, materials and any other items or services necessary to meet the deliverables in accordance with the contract, as well as with commercial and local standards. Work will be performed in San Diego, California; Marlborough, Massachusetts; and Menomonie and Somerset, Wisconsin, and is expected to be completed Jan. 31, 2021. This award is the result of a sole-source acquisition under Unusual and Compelling Urgency authority. Fiscal 2020 other procurement funds in the amount of $423,522 were obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8641-20-C-0002). (Awarded July 25, 2020)

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2291605/source/GovDelivery/

Sur le même sujet

  • «Nous nous adaptons de façon encore plus réactive à l’évolution des menaces» : entretien avec Joël Barre

    15 avril 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    «Nous nous adaptons de façon encore plus réactive à l’évolution des menaces» : entretien avec Joël Barre

    DÉFENSE «Nous nous adaptons de façon encore plus réactive à l'évolution des menaces» : entretien avec Joël Barre Joël Barre, délégué général pour l'armement, accorde un entretien au Figaro. Il aborde les innovations de rupture dans le domaine militaire, qui doivent permettre d'anticiper les menaces et d'y faire face. L'Agence de l'innovation de défense (AID) mène une réflexion prospective ; la DGA « fait maturer des technologies, y compris des technologies de rupture, car ce sont celles qui pourraient connaître une accélération subite et créer la différence », explique Joël Barre. Parmi les nouveaux champs de conflictualité, figure notamment le spatial. « Nous nous dotons d'un programme spécifique, Ares, qui vise à assurer notre maîtrise de l'espace. Il s'agit de renforcer nos moyens de surveillance. Nous allons placer des caméras à bord de nos satellites de télécommunication Syracuse 4 en 2021 et 2022. Elles seront capables de détecter un objet qui s'approche. Nous allons aussi développer des moyens d'action : nous avons un projet de satellite guetteur pour surveiller de manière étroite l'orbite géostationnaire, avec le lancement d'un démonstrateur prévu en 2023 », détaille le délégué général pour l'armement. L'Intelligence Artificielle (IA) représente également une rupture technologique à anticiper. « Dans le domaine de l'IA, nous avons un projet « Man Machine Teaming » confié à Dassault Aviation et Thales pour l'aide au pilotage des avions de combat. Ce programme est quasiment achevé et il faut en tirer des leçons pour prévoir l'installation de l'IA dans les avions de combat du futur, dès les prochains standards du Rafale et dans le SCAF ». Le Figaro du 15 avril

  • Contract Awards by US Department of Defense - June 17, 2020

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

    Contract Awards by US Department of Defense - June 17, 2020

    AIR FORCE Accenture Federal Services LLC, Arlington, Virginia (FA7014-20-D-0006); Booz Allen Hamilton Inc., Arlington, Virginia (FA7014-20-D-0007); Deloitte Consulting LLP, Arlington, Virginia (FA7014-20-D-0008); Digital Mobilizations Inc., Warrenton, Virginia (FA7014-20-D-0010); KMPG LLP, McLean, Virginia (FA7014-20-D-0009); BCG Federal Corp., Bethesda, Maryland (FA7014-20-D-0005); Grant Thornton Public Sector LLC, Arlington, Virginia (FA7014-20-D-0004); and McKinsey & Co. Inc., Washington, D.C. (FA7014-20-D-0003), has been awarded a ceiling $990,000,000 multiple-award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract to provide advisory and assistance services to support the Deputy Assistant Secretary of the Air Force Office of Business Transformation and Deputy Chief Management Officer in managing and improving strategic transformation initiatives at the enterprise level. Work will be performed at various locations and is expected to be completed June 16, 2027. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 for each contract are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. NORTHCON Inc., Hayden, Indiana (FA4814-20-D-0005); Pro-Mark Services Inc., West Fargo, North Dakota (FA4814-20-D-0006); Danner Construction Co. Inc., Tampa, Florida (FA4814-20-D-0007); ABBA Construction Inc., Jacksonville, Florida (FA4814-20-D-0008); Bay Area Building Solutions, Tampa, Florida (FA4814-20-D-0009); HCR Construction Inc., Norcross, Georgia (FA4814-20-D-0010); OAC Action Construction Corp., Miami, Florida (FA4814-20-D-0011); Frazier Engineering, Melbourne, Florida (FA4814-20-D-0012); Benaka Inc., New Brunswick, New Jersey (FA4814-20-D-0013); RELYANT Global LLC, Maryville, Tennessee (FA4814-20-D-0014); Polu Kai Services LLC, Falls Church, Virginia (FA4814-20-D-0015); Nisou LGC JV LLC, Detroit, Michigan (FA4814-20-D-0016); KMK Construction Inc., Jacksonville, Florida (FA4814-20-D-0017); Burgos Group LLC, Medford, New Jersey (FA4814-20-D-0018); A&H-Ambica JV LLC, Livonia, Michigan (FA4814-20-D-0019); P&S Construction Inc., Chelmsfor, Massachusetts (FA4814-20-D-0020); Northstar Contracting Inc., Cleveland, Ohio (FA4814-20-D-0021); ESA South Inc., Cantonment, Florida (FA4814-D-20-0022); and RUSH Construction Inc., Titusville, Florida (FA4814-D-20-0023), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for execution of a broad range of maintenance, repair and minor construction projects affecting real property at MacDill Air Force Base, Florida; and Avon Park Air Force Range, Florida. Work is expected to be completed June 16, 2027. Fiscal 2020 operations and maintenance funds in the amount of $9,500 will be obligated at the time of award. The 6th Contracting Squadron, Tampa, Florida, is the contracting activity. Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $18,733,197 firm-fixed-price, cost-plus-fixed-fee modification (P00026) to contract FA8615-17-C-6047 for active electronically scanned array radars of Air Force F-16 aircraft. The contract modification is for definitization of the radio frequency target generator, additional support equipment and software development to support Phase Two. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by April 2023. Fiscal 2018 aircraft procurement funds in the amount of $3,510,172; and fiscal 2020 research, development, test and evaluation funds in the amount of $10,103,436 are being obligated at the time of award. Total cumulative face value of the contract is $1,027,044,025. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded $145,598,728 for a not-to-exceed, undefinitized contract action for long lead time material in support of one Amphibious Assault Ship (General Purpose) Replacement (LHA(R)) and Flight 1 Ship (LHA 9). Work will be performed in Milwaukee, Wisconsin (42%); Baltimore, Maryland (24%); Pascagoula, Mississippi (17%); Cranberry Township, Pennsylvania (10%); Fairfield, Ohio (6%); and Warminster, Pennsylvania (1%). Work to be performed is the procurement of long lead-time material for LHA 9, the fourth (LHA(R)) America Class and the second LHA(R) Flight 1 variant. Work is expected to be complete by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) advance procurement funding in the amount of $145,598,728 will be obligated at award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured with only one responsible source. No other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2437). Barnhart-Reese Construction Inc.,* San Diego, California (N62473-17-D-4635); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-17-D-4636); I.E.-Pacific Inc.,* Escondido, California (N62473-17-D-4637); and R.A. Burch Construction Co. Inc.,* Ramona, California (N62473-17-D-4638), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value, including the base year and four option years for all four contracts combined, has increased from $99,000,000 to $191,000,000. The contracts are for new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build, of general building construction at various federal sites and government installation locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. Work will be performed in various locations, including but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). No funds are being obligated on this award, and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M), Navy; O&M, Marine Corps; and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website. The NAVFAC Southwest, San Diego, California, is the contracting activity. L3 Technologies Inc. KEO, Northampton, Massachusetts, is awarded a $17,275,863 firm-fixed-price modification to previously awarded contract N00024-15-C-6250 for options to procure spare parts for the photonics mast program. Work will be performed in Northampton, Massachusetts, and is expected to be complete by February 2022. Fiscal 2020 other procurement (Navy) funding in the amount of $2,831,502 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Epsilon Systems Solutions Inc.,* San Diego, California, is awarded a $17,175,335 cost-plus-fixed-fee contract for Southwest Regional Maintenance Center (SWRMC) support services. Work will be performed in San Diego, California. The SWRMC production department Code 900 is responsible for providing intermediate-level (I-Level) maintenance and repair support and selective maintenance training to over 100 surface ships, submarines, shore activities and other commands of the U.S. Pacific Fleet. SWRMC Production Department is broken into four product families, and each contains multiple product lines and shops. The SWRMC production department product families currently consist of corrosion control products, engine products, machine products and combat systems product family. Within the SWRMC production department, there are also production control division, I-Level planning division and an off-site facility. Work is expected to be complete by September 2021. This contract includes options which, if exercised, would bring the cumulative value of this contract to $106,240,249. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $1,431,278 will be obligated at the 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 four offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-20-C-0003). Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $16,026,098 modification (P00001) to cost-plus-fixed-fee order N00019-20-F-0817 against previously issued basic ordering agreement N00019-19-G-0008. This order procures support to manage diminishing manufacturing sources in support of the F-35 Program for the Air Force, Navy and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be complete by June 2021. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $6,586,406; fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,586,406; and non-DOD participant funds in the amount of $2,853,286 will be obligated at time of award, of which $6,586,406 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Phillips Corp., Hanover, Maryland, is awarded a $12,790,000 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures equipment related services necessary for the inspection, evaluation, repair, upgrade, training and rebuild for the sustainment of industrial plant equipment that is required to adequately support overhauling and repairing fleet aircraft, engines and components in support of the Commander Fleet Readiness Centers. Work will be performed in North Island, California (50%); Cherry Point, North Carolina (35%); and Jacksonville, Florida (15%), and is expected to be complete by June 2023. No funds will be obligated at the time of award. Funds will be 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, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0017). DEFENSE LOGISTICS AGENCY Federal Prison Industries Inc., Washington, D.C., has been awarded a maximum $17,548,000 modification (P00007) exercising the first one-year option period of one-year base contract SPE1C1-19-D-F027 with four one-year option periods for coveralls. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Georgia, Arizona, Washington, D.C., and Mississippi, with a June 20, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. The Entwistle Co., Hudson, Massachusetts, has been awarded a maximum $8,135,400 firm-fixed-price contract for air launch and recovery equipment shuttle 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 42-month contract with no option periods. Location of performance is Massachusetts, with a Dec. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-Z043). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY PAR Government Systems Corp., Rome, New York, was awarded an $11,920,160 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop methods that exploit semantic inconsistencies in falsified media to perform tasks across media modalities and at scale. Work will be performed in Rome, New York, with an expected completion date of June 2024. Fiscal 2020 research, development, test and evaluation funding in the amount of $1,500,000 are being obligated at time of award. This contract was a competitive acquisition under a full and open broad agency announcement and 37 proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0126). ARMY ControlPoint Surveying Inc.,* Honolulu, Hawaii (W9128A-20-D-0002); Masa Fujioka & Associates,* Aiea, Hawaii (W9128A-20-D-0003); and Sam O. Hirota Inc.,* Honolulu, Hawaii (W9128A-20-D-0004), will compete for each order of the $9,900,000 firm-fixed-price contract for indefinite-delivery architect-engineer services for miscellaneous projects in the Pacific region. 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 June 16, 2025. U.S. Army Corps of Engineers Honolulu, Hawaii, is the contracting activity. Honeywell International Inc., Phoenix, Arizona, was awarded a $7,738,247 modification (P00101) to contract W56HZV-12-C-0344 for hardware and services exercise of options for the Total Integrated Engine Revitalization Automated Gas Turbine 1500 program for the Abrams tank and family of vehicles. Work will be performed in Phoenix, Arizona, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Army working capital funds; and weapons and tracked combat vehicle procurement (Army) funds in the amount of $7,738,247 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2223800/source/GovDelivery/

  • Region 8 Invites You to Secure Our World | CISA

    2 octobre 2024 | International, C4ISR, Sécurité

    Region 8 Invites You to Secure Our World | CISA

Toutes les nouvelles