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

Contract Awards by US Department of Defense - July 9, 2019

ARMY

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $296,100,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the production of Prophet Enhanced systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-17-D-0006).

Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,125,514 modification (P00012) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 test and evaluation plan, Spiral 3 system hardware qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin missile system. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,125,514 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $245,994,000 indefinite-delivery/indefinite-quantity contract for electronic warfare and avionics system support Georgia Tech Applied Research University and Affiliated Research Center. This contract provides for essential engineering, research and development capabilities and services for the development and sustainment of systems. Work will be performed at Atlanta, Georgia, and is expected to be completed by July 8, 2029. Future orders may include foreign military sales to multiple countries. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,822,133 are being obligated at the time of award. Air Force Life Cycle Management Center's Electronic Warfare, Robins Air Force Base, Warner, Robins, Georgia, is the contracting activity (FA8523-19-D-0006).

Northrop Grumman Systems Corp., Chantilly, Virginia, has been awarded a $92,905,016 ceiling increase and option modification (P00027) to previously awarded FA4600-14-D-0004 for systems engineering, management, and sustainment supporting weather-related missions; increasing the ceiling of the indefinite-delivery/indefinite-quantity contract and providing for the establishment of options to increase the ordering period by six months. The modification brings the total cumulative face value of the contract to $392,905,016 from $300,000,000. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2022. No funds are being obligated at the time of award. Air Combat Command 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Maersk Line Limited, Norfolk, Virginia, has been awarded an estimated $170,116,349 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W026). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

American President Lines LLC, Washington, District of Columbia., has been awarded an estimated $140,308,984 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W014). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey, has been awarded an estimated $83,994,841 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W015). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Matson Navigation Company Inc., Oakland, California, has been awarded an estimated $71,217,825 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W027). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Liberty Global Logistics LLC, Lake Success, New York, has been awarded an estimated $68,353,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W025). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Farrell Lines Inc., Reston, Virginia, has been awarded an estimated $61,956,899 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W021). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded an estimated $55,905,823 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W023). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Central Gulf Lines Inc., New York, New York, has been awarded an estimated $33,998,317 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W017). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

TOTE Maritime Alaska Inc., Federal Way, Washington, has been awarded an estimated $19,451,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W036). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded an estimated $14,001,976 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W037). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Schuyler Line Navigation Company LLC, Annapolis, Maryland, has been awarded an estimated $12,175,878 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W031). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Young Brothers LTD, Honolulu, Hawaii, has been awarded an estimated $7,293,050 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W040). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Henry Schein, Melville, New York, has been awarded a maximum $35,520,833 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for consumable dental items. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a July 15, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0010).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $21,256,902 modification (P00004) to a cost-plus-fixed-fee delivery order (N0001919-F-2512) against a previously issued basic ordering agreement N00019-14-G-0020. This modification provides for modification kits, special tooling and installation labor for the modification and retrofit of F-35 Lightning II Joint Strike Fighter aircraft for the Marine Corps, Navy, Air Force, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2024. Fiscal 2017, 2018, and 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant funds; and FMS funds in the amount of $21,256,902 will be obligated at time of award, $949,495 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($6,664,143; 31%); Navy ($6,290,194; 30%); Air Force ($4,651,660; 22%); non-U.S. DoD participants ($2,966,510; 14%); and FMS customers ($684,394; 3%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

QED Systems Inc., Virginia Beach, Virginia, is awarded a $17,630,160 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for the storage, overhaul, assessment, repair and industrial activity to make ready for issue critical steam plant valves to support Naval Surface Warfare Center Philadelphia Division. The Naval Surface Warfare Center, Philadelphia Division, engineering, technical, production and subsequent logistic support services (including personnel and facilities) required to develop and integrate technological improvements for Steam Safety and Reliability Program critical spares and 2SCOG program for steam valves installed onboard current LHD-1 class and LCC-19 class, as well as support system life cycle requirements required by Naval Surface Warfare Center, Philadelphia Division, Code 412. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by July 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,000,000 will be obligated at 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 one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4026).

ATI Wood-Solesi, Corsico, Italy, is awarded a $14,361,448, firm-fixed-price contract for the P1804 Construct Hydrant System at Naval Air Station Sigonella, Italy. The work to be performed provides for construction of the P1804 type III hydrant system piping loop and pump control panel that will service fueling operations on ramps 1, 2 and 3. This project will be designed in accordance with the latest Department of Defense standard designs and criteria and will include a hydrant loop with seven hydrant refueling pits, pantograph flush/checkout stand facility, pantograph storage area and the replacement of the pump control panel. This project will increase the efficiency of refueling by decreasing the amount of time refueling operations take and the number of personnel required to refuel the aircraft during peak air operations. Work will be performed in Corsico, Italy, and is expected to be completed by July 2021. Fiscal 2018 military construction, (Defense Logistics Agency) contract funds in the amount of $14,361,448 are obligated at the time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-C-5022).

Cardno-Amec Foster Wheeler Public Works JV, Charlottesville, Virginia, is awarded a $10,934,892 firm-fixed-price task order N62470-19-F-4093 under a previously indefinite-delivery indefinite-quantity contract (N62470-18-D-3009) for inventory existence and completeness of operating materials and supplies at various Naval Facilities Engineering Command (NAVFAC) public works departments. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $14,868,095. The work to be performed provides for all management, labor, supplies, equipment, information technology, materials and transportation necessary to perform screen of undocumented materials to include identification, inventory, organization, assigning unique locations, and recommendations for disposal. The options, if exercised, provides for the work to be performed at additional NAVFAC locations including Pearl Harbor, Hawaii, Sigonella, Italy, Naples, Italy, and Manama, Bahrain. Work will be performed in San Diego, California (22%); Great Lakes, Illinois (9%); Ventura County, California (9%); Norfolk, Virginia (7%); Kingsville, Texas (5%); Coronado, California (5%); Earle, New Jersey (5%); Washington, District of Columbia (4%); Kittery, Maine, (4%); Lemoore, California (3%); Virginia Beach, Virginia (3%); Seal Beach, California (2%); Indian Head, Maryland (2%); Crane, Indiana (2%); Monterey, California (2%); Fort Worth, Texas (2%); Dahlgren, Virginia (2%); Panama City, Florida (2%); Kitsap, Washington (1%); Corpus Christi, Texas (1%); Everett, Washington (1%); New London, Connecticut (1%); Key West, Florida (1%); China Lake, California (1%); New Orleans, Louisiana (1%); Gulfport, Mississippi (1%); Portsmouth, Virginia (1%); and Yorktown, Virginia (1%). The work is expected to be completed by December 2019. Fiscal 2019 Navy working capital fund contract funds in the amount of $10,934,892 are obligated at the time of this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. NAVFAC AVFAC Atlantic, Norfolk, Virginia, is the contracting activity.

Synensys LLC, Peachtree City, Georgia, is awarded a $9,142,957 firm-fixed-price contract for patient safety services at naval military treatment facilities within and outside of the contiguous United States to include: Naval Medical Center, Portsmouth, Virginia (25%); Naval Medical Center, San Diego, California (25%); Naval Health Clinic Annapolis, Maryland (10%); Naval Hospital Pensacola, Florida (10%); Naval Health Clinic, Quantico, Virginia (10%); Naval Health Clinic New England, Newport, Rhode Island (10%); and Naval Hospital Naples, Italy (10%). Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This is a five-year single award contract and work is expected to be completed by Aug. 31, 2024. The contract was competitively procured as a total small business set-aside via the Federal Business Opportunities website, with five offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0004).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1899728/source/GovDelivery/

Sur le même sujet

  • India Prepares For New Fighter Tender

    10 février 2020 | International, Aérospatial

    India Prepares For New Fighter Tender

    by Reuben F. Johnson While it is hard to believe, next year will mark almost 15 years since the Indian Air Force (IAF) embarked on a process to procure a new fighter. It will also be eight years since the force selected the Dassault Rafale for its Medium-Multirole Combat Aircraft (M-MRCA) program—a selection that was eventually not carried through to a license-production run as originally planned. The M-MRCA effort was planned for a procurement of 126 fighters by the IAF with an option for 63 additional units. All but 18 of these aircraft were to be license-assembled in India on a Hindustan Aeronautics Ltd (HAL) production line. In 2012, India eventually selected the Dassault Rafale from a competition that included Russia's Mikoyan MiG-35, the Saab JAS-39E from Sweden, the Eurofighter, and both the Boeing F/A-18E/F Super Hornet and a developed version of the Lockheed Martin F-16. The latter two are U.S. products. REPLACEMENT CRISIS However, in “winning a competition” such as this, a French industry official told AIN, “you do not really ‘win' anything. What you supposedly win is the right to then sit down and negotiate a contract—and if you cannot come to some agreement, then you get nothing after having spent tens of millions [of dollars] for all the years it takes to bid a major program in a place like India.” By 2015 the two sides had not come to an agreement on localized production, and in 2016 the new government of prime minister Narendra Modi ordered 36 Rafales “off-the-shelf,” the first of which has already been officially handed over to India. Seven of the aircraft should be delivered to the IAF between April and May 2020. This, however, still leaves the force woefully short of the force levels it says are needed to meet New Delhi's national security requirements. There is still no suitable replacement for the older (but modernized) MiG-21 Bison aircraft in service. There is also no solution to address the gap created by the 2018 Indian decision to withdraw from the HAL/Sukhoi joint program with Russia for a Future Generation Fighter Aircraft (FGFA) program. India was to have purchased 127 of this aircraft, which would have been a heavily-modified version of the Sukhoi Su-57. After an IAF inspection of one of the program's prototypes, the force was calling for 43 major changes to the design to correct what it saw as deficiencies with the original configuration. VERSION 2.0 The consequence is that India—after some twists and turns—is on a path to issue another tender for what will be at least 100 of some aircraft to fill the void created by these developments. Originally, the program was to have been a competition for only single-engine airplane designs, which would have limited the competition to the JAS-39 and the F-16. The latter has now been re-christened the “F-21,” due to all of the changes that have been made to the design to accommodate Indian requirements. One of the changes was to add a probe-and-drogue refueling option in addition to the traditional USAF flying boom refueling method. This “single-engine only” competition was then widened to allow all of the twin-engine aircraft that participated in the original M-MRCA tender—with Russia's Sukhoi Su-35 now also thrown into the mix. This has prompted more than one observer to dub the still-officially unannounced re-running of the tender as “M-MRCA ver 2.0.” NEEDED: A SHORTER ACQUISITION CYCLE What makes this impending competition all the more critical for India's future defense posture is that the next-generation of aircraft carriers that will be coming online with the Indian Navy that will require a force of CATOBAR (catapult-assisted take-off barrier-arrested recovery) fighter aircraft. Both the Rafale-M and Boeing's Super Hornet are available for this mission and Saab has a design for a carrier-capable Maritime Gripen variant of the JAS-39E on the shelf that can be realized within a short time frame. What remains to be seen is whether or not a new tender can be carried out without making it a repeat of the arduous seven-year process that the original M-MRCA turned out to be. Suggestions had been made last year that a new tender could be carried out without an extensive set of flight trials to shorten the evaluation and down-select cycles. While there is no agreement on which aircraft type or types fit the requirements of both the IAF and the Indian Navy, there are numerous observers both inside and outside of India who disparage the manner in which the selection of a new fighter type has been carried out. “As it stands now, the methodology for buying a new fighter is an objectively dysfunctional process,” said one Indian aerospace expert. “The problem is that it will never change as long as the OEMs keep rewarding those who propagate that process without demanding that it change.” https://www.ainonline.com/aviation-news/defense/2020-02-06/india-prepares-new-fighter-tender

  • Two ways NATO plans to harness disruptive tech in 2023

    8 décembre 2022 | International, C4ISR

    Two ways NATO plans to harness disruptive tech in 2023

    NATO is creating organizations within the alliance that can harness dual-use technologies in critical areas, such as artificial intelligence.

  • Contract Awards by US Department of Defense - July 12, 2019

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

    Contract Awards by US Department of Defense - July 12, 2019

    NAVY DLT Solutions LLC, Herndon, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms General Services Administration (GSA) Federal Supply Schedule contracts. The agreement is part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf software; information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publishers are: Appdynamics, Archibus, Cloudbees, Flexera and Polyverse. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community and the Coast Guard. The overall estimated value of this BPA category is $820,450,000. The ordering period will be for a maximum of 10 years from July 12, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance DoD funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Four offers were received and four were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0045). Air New Zealand Gas Turbines, Auckland, New Zealand (N64498-19-D-4028); and MTU Maintenance Brandenburg-Berlin, Ludwigsburg, Germany (N64498-19-D-4029), were both awarded a $70,000,000 indefinite-delivery/indefinite quantity, firm-fixed-priced contract for the commercial depot-level overhaul of up to 24 L0M2500 paired blade turbine gas generators. The Naval Surface Warfare Center, Philadelphia Division, requires the commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 paired blade turbine gas generators, National Stock Number 2S 2835-01-032-9125. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work under the Air New Zealand Gas Turbines contract will be completed at the contractor's facilities in Auckland, New Zealand, and is expected to be completed by June 2023. Work under the MTU Maintenance Brandenburg-Berlin contract will be completed at the contractor's facilities in Ludwigsfelde, Germany, and is expected to be completed by June 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $5,740,811 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded July 10, 2019) C&C Power Solutions LLC,* Columbus, Georgia, is being awarded a $65,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to procure, renovate, repower, overhaul and/or repair different power systems within its fleet of power equipment services at Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (EXWC) Mobile Utilities Support Equipment (MUSE). Initial seed task order is being awarded at $2,559,924 for a four, 900-kilowatt generator package at EXWC MUSE Port Hueneme, California. Work for this task order is expected to be completed by July 2020. All work on this contract will be performed in Port Hueneme, California, and is expected to be completed by July 2025. Fiscal 2019 other procurement, Navy (OP, N) contract funds in the amount of $2,559,924 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OP, N. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The EXWC Acquisitions Department, Port Hueneme, California, is the contracting activity (N39430-19-D-2124). Palantir Technologies, Palo Alto, California, is being awarded a $27,640,000 fixed-price blanket purchase agreement under the Department of Defense (DoD) Enterprise Software Initiative to provide commercial-off-the-shelf hardware, software and services for DoD, the Intelligence community and the Coast Guard. This one-year agreement includes four, one-year option periods, which if exercised, would bring the potential value of this agreement to an estimated $143,800,000 million. The ordering period of the base agreement will be from July 12, 2019, through July 11, 2020. If all options are exercised, the ordering period will extend through July 11, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (DoD) funds. This agreement was non-competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy web site. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0044). Mercury Defense Systems Inc., Cypress, California, is being awarded a $22,901,395 cost-plus-fixed-fee, cost reimbursable order (N00421-19-F-6104) against a previously issued basic ordering agreement (N00421-17-G-0001). This order provides for the development, integration, delivery and test of the Radar Air-to-Ground Environment in support of the Integrated Battlespace Simulation and Test Air Combat Environment Test and Evaluation Facility. Work will be performed in Cypress, California (80%); Patuxent River, Maryland (10%); and Edwards Air Force Base, California (10%), and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $300,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Frontier Technology Inc., Beavercreek, Ohio, is being awarded a $13,236,204 cost-plus-fixed-fee task order (N63394-19-F-0041) under previously awarded indefinite-delivery/indefinite-quantity contract N63394-17-D-0003 for providing enterprise product life cycle management integrated decision environment services. Work will be performed in Washington, District of Columbia (80%); and Chesapeake, Virginia (20%), and is expected to be completed by September 2020. Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (other defense agencies) funding in the amount of $6,722,842 will be obligated at time of award, and $6,122,842 will expire at the end of the current fiscal year. This task order was not competitively procured. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services under this contract cover software development and installation, software configuration management and technical support, software solutions and training. These services are in support of the Affordable System Operation Effectiveness (ASOE) initiatives across the Department of Defense. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $10,870,239 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the first option period under an IDIQ contract for base operations services at Naval Support Activity, Annapolis, Maryland. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not be limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. After award of this option, the total cumulative contract value will be $31,751,865. Work will be performed in Annapolis, Maryland, and the option period is from August 2019 to November 2019. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $7,274,602 for recurring work will be obligated on individual task orders issued during the contract period. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Schuyler Line Navigation Co. (SLNC),* Annapolis, Maryland, is being awarded a $10,595,700 (fixed-price for firm period) firm-fixed-price contract with reimbursable elements, for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $51,435,950. Work will be performed in the Western Pacific Ocean (intentions Japan or Korea), and is expected to be completed, if all options are exercised, by Oct. 29, 2024. Fiscal 2019 transportation working capital funds in the amount of $1,765,950 are being obligated at time of award and none of which will expire at the end of the current fiscal year. Transportation working capital funds will be obligated in fiscal 2020 and will not expire at the end of fiscal 2020. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-R-3504). Paradromics Inc.,* Austin, Texas, is being awarded a contract option in the amount of $8,275,758 from a previously awarded cost type of contract. Support includes development of a neural interface system capable of performing continuous, simultaneous full-duplex (read and write) interaction with at least one thousand neurons in regions of the human sensory cortex. This option builds on the designs and prototypes developed from the base award, and provides in vivo animal testing and human studies. This option has a one-year period of performance from July 12, 2019, through July 11, 2020. Work will be performed at the contractor's facilities in Austin, Texas. The option will be incrementally funded at the time of award in the amount of $3,000,000. The original contract was competitively procured via Defense Advanced Research Projects Agency (DARPA) Broad Agency Announcement (BAA) 16-09 “Neural Engineering System Design (NESD).” Forty-one offers were received and six were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-17-C-4005). AIR FORCE Sossec Inc., has been awarded a $355,000,000 ceiling increase modification (P0030) to previously awarded firm-fixed-price agreement FA8626-17-9-1000 for the propulsion consortium initiative. Work will be performed at Atkinson, New Hampshire, and is expected to be completed by July 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Propulsion Acquisition Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $51,263,809 firm-fixed-price contract modification (P00012) to previously awarded contract FA8204-14-C-0011 for the Minuteman III Intercontinental Ballistic Missile weapon system multiprobe antenna procurement. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by July 13, 2029. Fiscal 2019 procurement funds in the amount of $4,645,109 are being obligated at the time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Layton, Utah, is the contract activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $96,873,221 modification (P00024) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for Apache aircraft integrated logistics support, product assurance and Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $96,873,221 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $29,311,547 modification (P00251) to domestic and foreign military sales (Slovakia) contract W58RGZ-13-C-0040 for the aviation field maintenance services contract. Work will be performed in Afghanistan, Honduras and Germany, with an estimated completion date of Sept. 30, 2019. Fiscal 2010 and 2019 operations and maintenance, Army; and Foreign Military Sales funds in the combined amount of $29,311,547 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Joint Research and Development Inc.,* Stafford, Virginia, was awarded a $25,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firms-fixed-price) contract for operations, research and technology and program and integration support for the U.S. Army Combat Capabilities Development Command, Chemical Biological Center's Chemical Biological Applications and Risk Reductions business unit. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 14, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0008). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $17,789,259 firm-fixed-price contract to upgrade and rehabilitate the water intake pumps at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $17,789,259 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-11-G-0002). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price task order against the competitive single award blanket purchase agreement (BPA) from General Services Administration's Information Technology Schedule 70 contract for commercial satellite communication services, HC1013-18-A-0002, which was awarded April 13, 2018. The face value of this task order is $7,151,397, funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the BPA is $516,700,000 (contract ceiling). Performance will be centralized to the U.S. Central Command, with the BPA representing worldwide coverage. The task order period of performance is four years, consisting of a 12-month base period of July 15, 2019, through July 14, 2020, and three 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (GS-35F-0328V/HC1013-18-A-0002, HC1013-19-F-0119). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1903937/source/GovDelivery/

Toutes les nouvelles