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

Contract Awards by US Department of Defense - July 8, 2019

DEFENSE INFORMATION SYSTEMS AGENCY

Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111).

Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113).

McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112).

Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110).

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. 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 July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003).

DEFENSE LOGISTICS AGENCY

Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

Sur le même sujet

  • CACI Awarded $83 Million Task Order to Support Portsmouth Naval Shipyard

    16 avril 2020 | International, Naval

    CACI Awarded $83 Million Task Order to Support Portsmouth Naval Shipyard

    April 14, 2020 - CACI International Inc (NYSE: CACI) announced today that it has been awarded a single-award task order for one base-year and four option-years, with a ceiling value of more than $83 million, by the U.S. Navy to provide engineering, technical, and planning expertise to the Portsmouth Naval Shipyard in Kittery, Maine. Under the task order, which the Navy awarded under its SeaPort-NxG contract vehicle, CACI engineers and technicians will provide expanded mission expertise, including planning maintenance and repair for submarines by assisting the Ships Availability Planning and Engineering Center (SHAPEC) and Deep Submergence Systems Program (DSSP). The task order is CACI's first award under the SeaPort-NxG vehicle. CACI technical expertise across submarine engineering disciplines, such as structural, mechanical, electrical, and combat systems, will help the Navy to safely return submarines to the fleet as quickly as possible. For example, CACI has developed the Shipyard Planning Engineering Automated Reports (SPEAR), the software tool SHAPEC uses to more effectively conduct its planning. John Mengucci, CACI President and Chief Executive Officer, said, “CACI engineers and technicians help Navy shipyards overcome hurdles in their maintenance and repair efforts with expertise earned through long-standing support of the mission. CACI stands ready to support the Navy shipyards in any way they may need, including by providing acquisition and engineering support.” CACI Executive Chairman and Chairman of the Board Dr. J.P. (Jack) London, said, “CACI is proud to play a critical role in helping the Navy maintain its submarine fleet and continue to project power around the world.” CACI's 23,000 talented employees are vigilant in providing the unique expertise and distinctive technology that address our customers' greatest enterprise and mission challenges. Our culture of good character, innovation, and excellence drives our success and earns us recognition as a Fortune World's Most Admired Company. As a member of the Fortune 1000 Largest Companies, the Russell 1000 Index, and the S&P MidCap 400 Index, we consistently deliver strong shareholder value. Visit us at www.caci.com. There are statements made herein which do not address historical facts, and therefore could be interpreted to be forward-looking statements as that term is defined in the Private Securities Litigation Reform Act of 1995. Such statements are subject to factors that could cause actual results to differ materially from anticipated results. The factors that could cause actual results to differ materially from those anticipated include, but are not limited to, the risk factors set forth in CACI's Annual Report on Form 10-K for the fiscal year ended June 30, 2019, and other such filings that CACI makes with the Securities and Exchange Commission from time to time. Any forward-looking statements should not be unduly relied upon and only speak as of the date hereof. CACI-Contract Award View source version on businesswire.com: https://www.businesswire.com/news/home/20200414005058/en/

  • The US Navy had cybersecurity wrong. Expect change.

    6 avril 2022 | International, Naval, C4ISR, Sécurité

    The US Navy had cybersecurity wrong. Expect change.

    '€œWe have 15 years of track record that proves that the current approach to cybersecurity, driven by a checklist mentality, is wrong,'€ says Aaron Weis, the service's chief information officer. '€œIt doesn't work.'€

  • Ace Electronics nabs $64.4M for Tomahawk control system upgrades

    8 janvier 2020 | International, Naval

    Ace Electronics nabs $64.4M for Tomahawk control system upgrades

    By Christen McCurdy Jan. 7 (UPI) -- Ace Electronics received a five-year, $64.4 million contract for an upgrade of the Tactical Tomahawk Weapons Control System for the Navy, the Pentagon has announced. The deal, announced Monday by the Department of Defense, funds production and delivery of manufacturing kits, spare parts and testing for the Tactical Tomahawk Weapons Control System, or TTWCS, for the Maritime Strike Tomahawk. The Tomahawk Land Attack Missile is a subsonic cruise missile. The TTWCS allows commanders to redirect the missile to an alternative target if required, and to send data about its status back to the commander. According to the Pentagon's announcement, this upgrade will offer new offensive capabilities to upgraded ships in support of the Maritime Strike Tomahawk, which allows the Tomahawk to engage a moving target at sea and upgrades the system hardware. Work on the contract will be performed at Aberdeen Proving Ground, Md., with the ordering period ending in January 2025. Navy funds in the amount of $259,118 were obligated at the time of the award. Ace Electronics Defense Systems specializes in electronic manufacturing and engineering support services for military branches throughout the world, according to its website. https://www.upi.com/Defense-News/2020/01/07/Ace-Electronics-nabs-644M-for-Tomahawk-control-system-upgrades/2311578432639

Toutes les nouvelles