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

Contract Awards by US Department of Defense - July 3, 2019

AIR FORCE

DynCorp International, Fort Worth, Texas, has been awarded a $308,616,183 firm-fixed-price contract for aviation command and control operations and maintenance services. This contract provides for air traffic control, airfield management and associated maintenance support. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with four offers received. Fiscal 2019 operations and maintenance funds in the amount of $379,576 are being obligated at the time of award. The Air Combat Command's Acquisitions management and integration center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-C-A013).

AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a $209,986,676 ceiling indefinite-delivery/indefinite-quantity contract for C-130H contractor logistics support for the Afghanistan Air Force. This contract will provide the Afghanistan Air Force with full C-130H contractor logistics support to include maintenance and repair, as well as on the job training for local Afghan nationals. Work will be performed Kabul, Afghanistan, and is expected to be completed by Jan. 29, 2025. This contract involves foreign military sales to Afghanistan. Foreign Military Sales funds in the amount of $12,011 are being obligated at the time of award. This award is the result of a competitive acquisition and one offer was received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0006).

The University of Dayton Research Institute, Dayton, Ohio, has been awarded a $28,527,970 firm-fixed price, labor hour and cost reimbursement-no-fee contract for F-15 sustainment engineering studies. This contract provides for systems/structural engineering field and programmed depot maintenance support, reliability and maintainability analysis and aircraft structural integrity program capability development and sustainment. Work will be performed at Dayton, Ohio; and Robins Air Force Base, Georgia, and is expected to be completed by June 28, 2029. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,464,648 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management System, Robins AFB, Georgia (FA8505-19-D-0003).

The Rockhill Group Inc., Moline, Florida, has been awarded a $12,211,850 firm-fixed-price contract for Air Force Special Operations Command (AFSOC) aircrew instruction instructor support required by the 492 Special Operations Wing and operational wings. This contract provides for critical flying training unit support instruction (platform, simulator and flight) to all students going through AFSOC's initial and mission qualification school and continuation training for combat aircrews. Work will be performed at Hurlburt Field, Florida; Duke Field, Florida; Cannon Air Force Base, New Mexico; and Royal Air Force Mildenhall, United Kingdom, and is expected to be completed by Dec. 31, 2019. This award is the result of sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $12,211,850 are being obligated at the time of award. The 765th Specialized Contracting Flight, Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-19-C-A003).

NAVY

Lockheed Martin Corp., Orlando, Florida, is awarded an undefinitized contract action established under delivery order (N00019-19-F-4037) with a not-to-exceed value of $174,970,959. This delivery order against a previously issued basic ordering agreement (N00019-19-G-0011) provides for engineering, testing, product support and ancillary support to update the current Long Range Anti-Ship Missile components and systems required to achieve objective requirements in the Offensive Anti-Surface Warfare Increment 1 Capability Description Document. Work will be performed in Orlando, Florida (58%); Wayne, New Jersey (20%); Nashua, New Hampshire (15%); Troy, Alabama (6%); and Ocala, Florida (1%), and is expected to be completed in November 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $40,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Construction Development Services Inc.,* Norfolk, Virginia (N40085-16-D-6348); Cram Roofing Co.,* San Antonio, Texas (N40085-16-D-6349); Gallaher Management Group Inc.,* Greenville, North Carolina (N40085-16-D-6350); Industrial Contract Service Corp.,* Wilmington, North Carolina (N40085-16-D-6351); Quality Roofers & Guttering, Inc.,* Jacksonville, North Carolina (N40085-16-D-6352); and Service Disabled Contracting Group, Inc.,* Norfolk, Virginia (N40085-16-D-6353), are awarded a combined amount $50,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for roofing construction services within the Marine Corps installations east area of responsibility. The work to be performed provides for replacement and installation of roofs and associated materials. Projects include roof repair and replacement of new and existing roofs. Projects may require new construction, design, alteration or maintenance and repair of existing roofs. Roofs may be sloped or flat. After award of this modification, the total maximum dollar value for all six contracts combined will be $95,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by February 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Heffler Contracting Group Inc.,* El Cajon, California, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Marine Corps Air Ground Combat Center, Twentynine Palms, Marine Corps Logistics Base, Barstow, and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, air and cooling and fire suppression/protection system installation projects. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2631).

Elite Pacific Construction Inc.,* Kaneohe, Hawaii, is awarded $12,665,000 for firm-fixed-price task order N62478-19-F-4158 under a previously awarded multiple award construction contract (N62478-18-D-4022) to overhaul the Drydock No. 2 intermediate caisson to maintain its 10-year certification at Joint Base Pearl Harbor-Hickam (JBPHH). The work to be performed provides for 10-year ultrasonic testing of the caisson structural members and plating in accordance with Military Standard 1625D including, but not limited to, plating of the entire hull, top deck (weather deck), machinery deck, internal strength decks, bulkheads including breast hooks, ballast tank and machinery deck internal structural members such as stiffeners, truss frame members and seachests/ballast piping seaward of the first closure valve. Other repair scope items include sandblasting and preserving interior and exterior surfaces of the caisson, including the weather deck; cleaning, priming and painting all interior and exterior surfaces of the caisson; removing existing non-skid coating from the weather deck; and installing industrial strength adhesive-type non-skid surface material on the weather deck and machinery deck. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,665,000 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, Hawaii, JBPHH, Hawaii, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded an $8,044,102 cost-plus-fixed-fee modification under previously-awarded basic ordering agreement N00164-17-G-JQ02-0004 to extend the period of performance for depot support services in support of life-cycle sustainment of the Multi-Spectral Targeting System for U.S. Navy, Army, Air Force and special operations forces platforms. Work will be performed in McKinney, Texas, and is expected to be completed by September 2021. Fiscal 2019 working capital funds in the amount of $275,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Tompco Inc.,* Seabeck, Washington, is awarded $8,209,449 for firm-fixed-price task order N44255-19-F-4274 under a previously awarded multiple award construction contract (N44255-17-D-4014). The work will convert the Perch-Pickerel Housing area from family housing to unaccompanied housing consisting of 24 buildings with 18 eight-unit buildings and six four-unit buildings at Naval Base Kitsap, Bangor. The work to be performed includes: replace and install new carpet where required; add exterior lighting to all buildings; change thermostats in each unit; install building and unit number placards at each building and unit; remove existing playgrounds; install two picnic shelters and BBQs; replace entry doors to each unit; remove existing mailboxes; and provide fire protection. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $12,689,449. Work will be performed in Silverdale, Washington, and is expected to be completed by Aug. 4, 2020. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $8,209,449 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

ARMY

Patton-Tully Marine Inc.,* Memphis, Tennessee (W912EQ-19-D-0002); Luhr Bros. Inc., Columbia, Illinois (W912EQ-19-D-0001); Pine Bluff Sand and Gravel Whitehall, Arizona (W912EQ-19-D-0003); Bertucci Contracting Co.,* Jefferson, Louisiana (W912EQ-19-D-0004); and Choctaw Transportation Co. Inc.,* Dyersburg, Tennessee (W912EQ-19-D-0005), will compete for each order of the $150,000,000 firm-fixed-price contract for maintaining the Mississippi River and tributaries channel improvement project. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity.

NCI Information Systems, Reston, Virginia, was awarded a $27,956,232 modification (P00005) to contract W91RUS-18-C-0017 for information technology services for cyber network operations and security support. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,251,101 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

RSCI, Boise, Idaho, was awarded a $21,623,000 firm-fixed-price contract to design and construct a 42,000 square foot Red Flag 5th Generation facility addition. Bids were solicited via the internet with eight received. Work will be performed in Nellis Air Force Base, Nevada, with an estimated completion date of June 22, 2021. Fiscal 2019 defense military construction funds in the amount of $21,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0023).

LGC Global Inc., Detroit, Michigan, was awarded an $11,311,046 firm-fixed-price contract for construction of a physical fitness center at Niagara Falls Air Reserve Station, New York. Bids were solicited via the internet with four received. Work will be performed in Niagara Falls, New York, with an estimated completion date of July 15, 2021. Fiscal 2019 Air Force Reserve military construction funds in the amount of $11,311,046 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0021).

AECOM Management Services Inc., Germantown, Maryland, was awarded a $9,866,058 modification (P00144) to contract W58RGZ-16-C-0001 for aviation maintenance services and limited depot support. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Dec. 29, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; operations and maintenance, Army Reserve; and other procurement, Army funds in the combined amount of $9,866,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1896502/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - January 7, 2019

    8 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 7, 2019

    NAVY General Dynamics National Steel and Shipbuilding Co., (NASSCO)-Norfolk, Norfolk, Virginia, is awarded a $91,477,172 undefinitized contract action as a modification to a previously awarded contract (N00024-16-C-4306) for USS George H.W. Bush (CVN 77) fiscal 2019 Dry-docking Planned Incremental Availability. A Dry-docking Planned Incremental Availability includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in Portsmouth, Virginia, and is expected to be complete by February 2021. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $45,738,586 will be obligated at time of award and $45,738,586 will expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the administrative contracting activity. Clark Nexsen Inc., Virginia Beach, Virginia, is awarded a maximum amount $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline architect-engineering services in Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). The work to be performed provides for comprehensive architect-engineering services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities. Facilities may include, but are not limited, personnel housing facilities, (bachelor enlisted quarters and bachelor officers quarters, hospitality); office facilities (medical, training, secure facilities); training facilities (operational, maintenance, and classroom), and industrial maintenance facilities (vehicle maintenance ships, shore intermediate maintenance activities, aircraft maintenance hangars, public works ships, and warehouses). Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, commissioning and interior design. Task Order 0001 is being awarded at $528,950 for preliminary design authority to validate planning requirements and develop preliminary design deliverables in support of P1035, corrosion control and paint facility. Work for this task order is expected to be completed by March 2019. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to Norfolk, Virginia (27 percent); Portsmouth, Virginia (27 percent); Virginia Beach, Virginia (26 percent); Yorktown, Virginia (15 percent), and other facilities within the NAVFAC Mid-Atlantic AOR (5 percent). The term of the contract is not to exceed 60 months with an expected completion date January 2024. Fiscal 2019 military construction (Navy) contract funds in the amount of $528,950 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); and operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 12 proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9041). L-3 Technologies Inc., Salt Lake City, Utah, is awarded $12,556,242 for modification P00006 to a previously awarded, firm-fixed-price, cost-plus-fixed-fee contract (N00019-18-C-1030) to manufacture, test, deliver, manage, and support the common data link Hawklink AN/SRQ-4 systems for the MH-60R aircraft. Work will be performed in Salt Lake City, Utah (60 percent); Atlanta, Georgia (14 percent); Mountain View, California (6 percent); Exeter, New Hampshire (2 percent); Derby, Kansas (1 percent); El Cajon, California (1 percent); Boise, Idaho (1 percent); Dover, New Hampshire (1 percent); Sunnyvale, California (1 percent); York Haven, Pennsylvania (1 percent); Bohemia, New York (1 percent); Oxnard, California (1 percent); Littleton, Massachusetts (1 percent); Providence, Rhode Island (1 percent); Cedar Park, Texas (1 percent); Minnetonka, Minnesota (1 percent); Phoenix, Arizona (1 percent); Stow, Massachusetts (1 percent); Salinas, California (1 percent); Fort Worth, Texas (1 percent); Skokie, Illinois (1 percent); and Toronto, Canada (1 percent), and is expected to be completed in December 2020. Fiscal 2019 other procurement (Navy) funds in the amount of $12,556,242 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Southeastern Kentucky Rehabilitation Industries Inc., Corbin, Kentucky, has been awarded a maximum $7,229,250 modification (P00016) exercising the fourth one-year option of a one-year base contract (SPE1C1-15-D-N006) with four one-year option periods for various types of caps. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a Jan. 9, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. https://dod.defense.gov/News/Contracts/Contract-View/Article/1725637/source/GovDelivery/

  • The field narrows in US Army’s light robotic combat vehicle competition

    22 octobre 2019 | International, Terrestre

    The field narrows in US Army’s light robotic combat vehicle competition

    By: Jen Judson WASHINGTON — The Army has invited four teams to compete to build prototypes for its future light Robotic Combat Vehicle, according to an announcement on the National Advanced Mobility Consortium's website. Out of a large pool of white paper submissions, a Textron and Howe & Howe team, a team of Qinetiq North America and Pratt & Miller, HDT Global and Oshkosh were each issued a request for prototype proposal. The Army plans to procure a light, medium and heavy RCV as part of an effort to bring next-generation combat vehicle capability to the force by 2028. The RCV-Light competition is being managed by the NAMC. While the Army is the decision maker, the consortium is tasked to execute the competition and is also running the RCV-Medium effort. The Army is expected to award up to two contracts toward the end of the second quarter of this fiscal year to deliver four non-developmental RCV-L surrogate vehicles for government evaluation, testing and manned-unmanned teaming experimentation over the course of a year. The RCV-M effort is not far behind the RCV-L as white paper submissions are currently being evaluated for down-select. NAMC also executed a week-long RCV market research demonstration with the Army at Texas A&M's RELLIS campus in May in order to better inform requirements. Out of the companies chosen to move forward, only Oshkosh was not present at the event. At the Association of the U.S. Army's annual conference, Textron and Howe & Howe dramatically unveiled their RCV Ripsaw M5, which is based on Howe & Howe's deep history of building unmanned ground vehicles, but adds technology like scalable armor and suspension and drive options to cope with the challenges expected in the future fight. FLIR Systems is also part of the team, contributing advanced sensors. “Bringing together Howe & Howe, Textron Systems and FLIR Systems really represents a dream team,” Textron's CEO Lisa Atherton, said in a statement released at the show. “We formed this team based on our shared focus to serve this customer with disruptive ideas and proven experience, and we are dedicated to meeting and exceeding their requirements through the RCV program.” The team told Defense News before AUSA that it planned to submit a version of Ripsaw both for the light and medium variant of the Army's RCV. HDT brought its Hunter WOLF to AUSA, and Qinetiq North America announced its partnership with Pratt & Miller at the show. Qinetiq and Pratt & Miller plan to submit a variant of the Expeditionary Modular Autonomous Vehicle (EMAV) tailored for the Army's needs. The offering combines Qinetiq's modular open-architecture control systems with Pratt & Miller's advanced mobility platform. https://www.defensenews.com/digital-show-dailies/ausa/2019/10/21/the-field-narrows-in-light-robotic-combat-vehicle-competition/

  • China unveils amphibious assault ship that can launch fighter jets

    29 décembre 2024 | International, Naval

    China unveils amphibious assault ship that can launch fighter jets

    The Sichuan is equipped with an electromagnetic catapult that will allow fighter jets to launch directly off its deck.

Toutes les nouvelles