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

Contract Awards by US Department of Defense - July 29, 2019

NAVY

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $382,535,170 cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the development, integration, and production of hardware solutions. This contract will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the Navy (92.7 percent); and the government of the United Kingdom under the Foreign Military Sales program (4.6 percent), and per a memorandum of understanding with the Commonwealth of Australia (2.7 percent). Work will be performed in Johnstown, Pennsylvania (82 percent); Burnsville, Minnesota (15 percent); Germantown, Maryland (1 percent); Largo, Florida (1 percent); and Chesapeake, Virginia (1 percent), and is expected be complete in July 2025. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $830,711,796, and be complete in December 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $296,895 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-19-D-0004).

Alliant Techsystems Operations LLC, a wholly owned subsidiary of Northrop Grumman Innovation Systems Inc., Northridge, California, is being awarded a $167,338,657 firm-fixed-price contract for 263 full-rate production Lot 8 Advanced Anti-Radiation Guided Missiles (AARGM). This contract provides for conversion of U.S. government-provided AGM-88B High Speed Anti-Radiation Missiles into 260 AGM-88E AARGM all-up-rounds and 3 Captive Air Training Missiles, including supplies and services required for manufacture, spares, and fleet deployment. Work will be performed in Northridge, California (80%); and Ridgecrest, California (20%), and is expected to be completed in March 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $167,338,657 will be obligated at time of award, $1,319,319 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0049).

Allied Pacific Builders Inc.,* Waipahu, Hawaii (N62478-16-D-4006); Environet Inc.,* Kamuela, Hawaii (N62478-16-D-4007); Hako Plumbing Inc.,* Honolulu, Hawaii (N62478-16-D-4008); Heartwood Pacific LLC,* Keaau, Hawaii (N62478-16-D-4009); Raass Brothers Inc.,* Provo, Utah (N62478-16-D-4010); and TOMCO Corp.,* Honolulu, Hawaii (N62478-16-D-4011), are awarded a combined $95,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Hawaii area of operations (AO). The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $340,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AO, and is expected to be completed by March 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 operations and maintenance (Navy); and Navy working capital funds. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

PAE Aviation and Technical Services LLC, Greenville, South Carolina, is awarded $50,396,007 for modification P00023 to a previously issued firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00421-15-D-0007 to exercises an option for organizational, selected intermediate, and limited depot maintenance and logistics support for F-5F and F-5N aircraft. Work will be performed in Fallon, Nevada; Yuma, Arizona; and Key West, Florida, and is expected to be completed in July 2020. 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.

Katmai Health Services LLC,* Anchorage, Alaska, is awarded ceiling value $19,562,319 indefinite-delivery/indefinite-quantity contract to provide role player services for Infantry Immersion Training. Work will be performed at Camp Lejeune, North Carolina (40%); Camp Pendleton, California (40%); and Marine Corps Base, Hawaii (20%), and work is expected to be completed July 2021, having an ordering period of two years. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,618,452 will be obligated on the first task order immediately following contract award and funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7836).

General Dynamics Missions Systems Inc., Marion, Virginia, is awarded a $16,313,717 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacturing of AN/SPG-62 antenna systems parabolic radio frequency reflectors. The AN/SPG-62 antenna systems are mounted and operated in the ship's open spaces and are subsystems of the Mk-99 fire control system, part of the AEGIS combat system suite. The AN/SPG-62 antenna system reflector enables the continuous-wave radio frequency signal from the Mk-99's radar transmitter to illuminate targets to be engaged, fired upon and destroyed by the ship's weapons. Work will be performed in Marion, Virginia, and is expected to be completed by December 2024. Fiscal 2017, 2018 and 2019 other procurement (Navy) funding in the amount of $941,313 will be obligated at time of award, and $387,014 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP49).

AIR FORCE

Kilgore Flares Co., Toone, Tennessee, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flares. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on USAF Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Toone, Tennessee, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0012).

Armtec Countermeasures Co., Coachella, California, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flare. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on Air Force Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Camden, Arkansas, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 is being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0013).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $23,248,916 modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA3002-19-D-A003 for A-29 pilot and maintenance training for the Afghanistan Air Force at Moody Air Force Base, Georgia; and in Afghanistan. The contract modification provides for the addition of outside the continental U.S. instructor pilots in Afghanistan. This modification involves building partner capacity/pseudo-foreign military sales to Afghanistan. Work is expected to be completed by Dec. 31, 2023. No funds are being obligated at the time of award. The 338th Contracting Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity.

Merrill Corp., doing business as Mission Support, Clearfield, Utah, has been awarded a $20,466,034 ceiling indefinite-delivery/indefinite‐quantity contract for the acquisition of A‐10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies and left and right inboard flap assemblies. Work will be performed in Clearfield, Utah, and is expected to be complete by July 28, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated sustainment activity group working capital funds in the amount of $4,997,734 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212‐19‐D‐0002).

Lockheed Martin Space, Sunnyvale, California, has been awarded a $13,150,000 cost‐plus‐fixed‐fee modification (P00151) to contract FA8810‐13‐C‐0002 for space based infrared system contractor logistics support for studies and modification projects. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2018 procurement funds in the amount of $13,150,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a $10,395,313 firm-fixed-price and cost-plus-fixed-fee modification (P00005) to previously awarded delivery order contract FA8634-17-F-0002 for F-15 Advanced Display Core Processor (ADCP) II low-rate initial production Lot 1. This engineering change proposal provides for the production and integration of the ADCPII boxes and related equipment into the F-15 platform. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2019 procurement; and fiscal 2018 and 2019 research and development funds in the amount of $10,395,313 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a $9,244,494 firm-fixed-price and cost-plus-fixed-fee modification (P00006) to previously awarded delivery order contract FA8634-17-F-0002, for F-15 Advanced Display Core Processor II low-rate initial production Lot 1. This modification provides for the performance of a study to mitigate risks posed to the F-15E to reduce its flight risk from serious to medium. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2018 research and development funds in the amount of $9,244,494 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Dawson-Zapata JV,* Honolulu, Hawaii, was awarded a $40,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for range maintenance and support activities utilizing robotic technology. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 2, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0002).

WASHINGTON HEADQUARTERS SERVICES

Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, was awarded a $24,905,967 cost-plus-fixed-fee contract to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs, with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place in Laurel, Maryland. Fiscal 2019 operation and maintenance funds in the amount of $1,512,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $23,393,697 are being awarded. This contract was not competitively procured because the task order is executed against a single award, indefinite-delivery/indefinite-quantity. The expected completion date is May 30, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0006). (Awarded July 26, 2019)

DEFENSE LOGISTICS AGENCY

Sopakco Inc.,* Mullins, South Carolina (SPE3S1-19-D-Z123, $16,888,463); and The Wornick Co., Cincinnati, Ohio (SPE3S1-19-D-Z122, $16,618,875), have both been awarded firm-fixed-price contracts under solicitation SPE3S1-19-R-0005 for Tailored Operational Training Meals. These are five-year contracts with no option periods. This was a competitive acquisition with three responses received. Locations of performance are South Carolina and Ohio, with a July 28, 2024, performance completion date. Using military services are National Guard and Reserve Forces. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Skurka Aerospace Inc., Camarillo, California, has been awarded a maximum $9,428,066 firm-fixed-price contract for direct current motors. 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 one-year base contract with one, one-year option period. Location of performance is California, with a July 28, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-19-C-0190).

MISSILE DEFENSE AGENCY

Cummings Aerospace,* Huntsville, Alabama, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,982,641. Under this new contract, the contractor will integrate and enhance the Simulation Framework ToolKit and Coordinated Cyber/Electronic Warfare Integrated Fires Tool to conduct quick-turn, end-to-end, left through right of launch analysis with varying sensor and weapon technologies. A task order in the amount of $1,894,626 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from July 29, 2019, through July 28, 2024. A special topic broad agency announcement (BAA) number HQ0147-17-S0002 was posted to the Federal Business Opportunities web site to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven white papers from which proposals were requested. This award results from one of seven proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,894,626 for the first task order are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0009).

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1918513/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - October 24, 2019

    25 octobre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 24, 2019

    ARMY Frank X. Spencer Inc.,* El Paso, Texas, was awarded a $240,000,000 firm-fixed-price contract for professional land survey architect-engineer services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 23, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-20-D-6001). DEFENSE LOGISTICS AGENCY Combat Medical Systems LLC, Harrisburg, North Carolina, has been awarded a maximum $43,432,160 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is North Carolina, with an Oct. 23, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0003). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $8,055,077 firm-fixed-price contract for men's trousers. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina and New York, with an Oct. 23, 2020, performance completion date. Using military service is Air Force. 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-1211). (Awarded Oct. 23, 2019) NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $32,082,297 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-2104 to exercise options for the accomplishment of reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy's moored training ships. This option exercise is for the accomplishment of reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy's moored training ships. General Dynamics Electric Boat Corp. will furnish, fabricate, or acquire such materials, supplies and services as may be necessary to perform the functions of the planning yard for reactor plants and associated portions of the propulsion plants for nuclear powered submarines. Work will be performed in Groton, Connecticut (90%); and Charleston, South Carolina (10%), and is expected to be complete by September 2021. Fiscal 2020 operations and maintenance (Navy); and other procurement (Navy) funding in the amount of $13,214,312 will be obligated at time of award and $5,514,432 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ViaSat Inc., Carlsbad, California, is awarded a $23,914,150 five-year, firm-fixed-price, long-term requirement contract for the repair support of the Multifunctional Information Distribution System, Low Volume Terminal for the Navy. This is a five-year contract with no option periods. Work will be performed in Oostkamp, Belgium (50%); Carlsbad, California (37%); Palm Bay, Florida (9%); and Lynwood, Washington (4%). Work is expected to be completed by October 2024. Annual working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. A delivery order in the amount of $3,930,305 will be obligated at the time of award. One company was solicited for this sole sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-VK01). FreeAlliance.com LLC,* McLean, Virginia, is awarded a $15,299,578 cost-plus-fixed-fee contract for advanced cyber support services in support of the Marine Corps Cyberspace Operations Group. Work will be performed in Quantico, Virginia. This one-year contract includes four one-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $79,599,761. The period of performance of the base period is Nov. 1, 2019, through Oct. 31, 2020. If all options are exercised, the period of performance would extend through Oct. 31, 2024. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1 million will be obligated at time of award. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1 million will expire at the end of the current fiscal year. This contract was competitively procured via request for proposal N66001-18-R-0011, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Five offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-C-3406). Bristol Design Build Services LLC,* Anchorage, Alaska, is a $14,435,000 firm-fixed-price task order N62473-20-F-4013 under a multiple award construction contract for the design and construction at Repair Building 618 at Naval Amphibious Base, Naval Base, Coronado, California. The work to be performed provides for a three-story unaccompanied housing facility and is being utilized for enlisted program sailors. Repair work includes addressing deteriorated exterior and interior facility systems and components such as fatigued concrete floors, walls and hallways, damaged ceiling tiles, rusted out doors and door casings, cracked concrete stairs, damaged/aging electrical systems and components, mechanical heating, ventilation and air conditioning system, lighting and faulty wet utility/plumbing systems. Work will be performed in Coronado, California, and is expected to be completed by May 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $14,435,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4636). AIR FORCE Lockheed Martin Aeronautics Corp., Marietta, Georgia, has been awarded a not-to-exceed $12,437,030 undefinitized contractual action contract for C-130-J support. The contract will provide long term sustainment (LTS) for France's C-130-J aircraft. Critical components of LTS support include program management support; spares, supply support services; support equipment; diminishing manufacturing sources, sustaining engineering services, sustaining engineering/technical services, field services representatives (FRS), logistics service representatives, contract field team, FSR deployment/travel, technical order updates; technical order print and distribution; country standard time compliance technical orders; depot maintenance; aircraft modifications; and data and configuration management programs. Work will be performed at Marietta, Georgia; and at French air bases, and is expected to be completed by Jan. 1, 2023. This award is the result of a sole source acquisition and is 100% foreign military sales. Foreign Military Sales funds in the amount of $2,487,391 will be obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-20-C-0001). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1998102/source/GovDelivery/

  • MBDA, Poland’s PGZ to develop medium-range air defense missile

    7 septembre 2023 | International, Terrestre

    MBDA, Poland’s PGZ to develop medium-range air defense missile

    The ambition is for the new missile to serve both the Polish and British militaries as a common munition with a dual source of production.

  • Boeing, Saab announce rollout of EMD-phase T-7A Red Hawk aircraft - Skies Mag

    2 mai 2022 | International, Aérospatial

    Boeing, Saab announce rollout of EMD-phase T-7A Red Hawk aircraft - Skies Mag

    The first T-7A Red Hawk advanced trainer test aircraft built under the Engineering and Manufacturing Development (EMD) phase of the program was revealed at Boeing’s production facilities in St. Louis, Missouri.

Toutes les nouvelles