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

Contract Awards by US Department of Defense - June 01, 2020

NAVY

American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $218,034,586 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0071). This contract provides research, development, management, design, fabrication, installation, integration, upgrade, analysis, documentation and operations and maintenance for the Integrated Battlespace Simulation and Test department, the advanced aircraft research, development, test and evaluation, integrated combat environment capabilities and laboratories and facilities. Work will be performed in Patuxent River, Maryland, and is expected to be complete by May 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

TTS/LTS JV LLC,* Leavenworth, Kansas (N62473-20-D-1101); and Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-20-D-1102), are awarded $99,000,000 for a small business set aside, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for grounds maintenance and pavement clearance services at Navy and Marine Corps installations located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. All work on this contract will be performed in California (91%); Nevada (5%); Arizona (1%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for recurring and non-recurring grounds maintenance and pavement clearance services throughout the period of performance to meet routine, daily operational needs. Grounds maintenance and landscaping services may include mowing, trimming, edging, irrigation system maintenance, debris removal, shrub and hedge maintenance, plant and bed maintenance, tree maintenance, irrigation, fertilization, aeration and de-thatching. Maintenance of storm drainage systems is limited to debris removal and vegetation control. Pavement clearance services may include removing, hauling and disposing of snow, ice and sand, street sweeping, grounds cleanup and erecting/removing snow fences. In addition, this annex includes pier sweeping and pavement clearance for the pier. The maximum dollar value for the two contracts combined is $99,000,000. No task orders are being issued at this time. The term of the contract is not to exceed 60 months and work is expected to be complete by 2025. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $1,000 ($500 for each contract) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M (Navy) and O&M (Marine Corps) funds. This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. These two contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity.

AECOM-Baker NAVFAC Atlantic A-E Design JV, Roanoke, Virginia, is awarded $95,000,000 for an indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-20-D-0008) with a maximum amount of $95,000,000 for general type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa Central area of operations and worldwide. The work to be performed provides for architectural and engineering services for general type facilities and may include, but is not limited to, DD1391 documentation, design-build request for proposals, design-bid-build construction documents (using NAVFAC-supported software), cost engineering services including cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, training, program management, conceptual designs, geotechnical subsurface exploration and studies (including but not limited to soil borings), hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operations and maintenance support information, commissioning, construction inspection and engineering consultation services during construction and other related services. The term of the contract is not to exceed 60 months and work is expected to be complete by April 2025. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity.

Team Housing Solutions Inc.,* New Braunfels, Texas, is awarded a not-to-exceed $70,000,000 single-award, pre-priced, indefinite-delivery/indefinite-quantity contract (N4523A-20-D-1302) with firm-fixed-price task orders for long-term (greater than 31 days) lodging for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's temporary duty personnel as they conduct ship repair and maintenance. Work will be performed in San Diego, California, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,245,367 will be obligated for an initial task order shortly after the base contract award to satisfy the contract minimum guarantee of $1,000 and will expire at the end of the current fiscal year. Task orders will be obligated in accordance with Federal Acquisition Regulation 52.216-19. This contract was competitively procured via the beta.sam.gov website and eight offers were received. In accordance with 10 U.S. Code 2304 (a), this contract was competitively procured as a total small business set-aside. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

The MathWorks Inc., Natick, Massachusetts, is awarded a $49,507,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0113). This contract procures licenses for MathWorks products and associated services for the Department of Navy at multiple commands, including but not limited to: Naval Air Systems Command, Naval Sea Systems Command, the Office of Naval Research and the U.S. Naval Research Laboratory, associated subordinate commands and warfare centers. Work will be performed in Natick, Massachusetts, and is expected to be complete by May 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Owego, New York, is awarded a $37,835,381 firm-fixed-price, cost-plus-fixed-fee order (N00019-20-F-0350) against previously issued basic ordering agreement N00019-19-G-0029. This order provides for retrofits from the Generation III, V and VI Mission Computer (MC) configuration to the Generation 3i and 5i MC configuration on the MH-60R/S Seahawk helicopter (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Work will be performed in Owego, New York (97%); and Clearwater, Florida (3%). This order also provides for retrofits from the Generation III and V Flight Management Computer (FMC) configuration to the Generation 3i and 5i FMC configuration on the MH-60R/S aircraft (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Additionally, this order provides for the procurement of 162 wiring kits for the Navy, nine for the government of Australia, three for the government of Denmark, and three for the government of Saudi Arabia. Work is expected to be complete by May 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,832,526; fiscal 2020 aircraft procurement (Navy) funds in the amount of $27,086,960; and Foreign Military Sales funds in the amount of $2,915,895 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $34,427,808 firm-fixed-price modification to previously awarded contract N00019-17-C-0081 to exercise an option for the production of 16 MT7 gas turbine engines in support of the Ship-to-Shore Connector (SSC) Landing Craft, Air Cushion (LCAC) 100 Class craft. Work will be performed in Indianapolis, Indiana. MT7 Marine gas turbine engines are the main propulsion gas turbines for the SSC craft. The Naval Air Systems Command (NAVAIR) previously awarded contract N00019-17-C-0081 to Rolls-Royce Corp. to procure an estimated quantity of 126 AE1107C engines in support of Navy and Marine Corps programs. The MT7 shares a high degree of parts commonality with the AE1107C. In an effort to reduce program costs and take advantage of NAVAIR's variation-in-quantity provisions with step-ladder pricing, NAVSEA procures MT7 engines directly from Rolls-Royce Corp. and provides them to Textron as government furnished equipment for incorporation into the SSC LCAC 100 Class craft. Work is expected to be complete by June 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $34,427,808 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp. Aerospace Systems, Melbourne, Florida, is awarded a $27,554,445 modification (P00015) to previously awarded fixed-price, incentive-firm-target contract N00019-18-C-1037. This modification provides recurring production and non-recurring engineering in support of the incorporation of beyond line of sight, tactical targeting network technology, navigation warfare and electronic support measures cable modifications into full rate production Lots 7-11 of the E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (23.01%); St. Augustine, Florida (22.32%); Rolling Meadows, Illinois (15.5%); Marlborough, Massachusetts (8.36%); Boulder, Colorado (7.44%); Petaluma, California (4.69%); Irvine, California (4.53%); Ronkonkoma, New York (2.28%); Salisbury, Maryland (1.9%); Scottsdale, Arizona (1.5%); Gardena, California (1.48%); Stockton, California (1.12%); and various locations within the continental U.S. (5.87%). Work is expected to be complete by September 2026. Fiscal 2019 aircraft procurement (Navy) funds for $14,109,762 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $27,202,797 indefinite-delivery/indefinite-quantity contract (N62470-20-D-0010) for base operations support (BOS) services at Isa Air Base, Bahrain, and its outlying support sites including the Patriot Battery Site, Riffa, Bahrain. The maximum dollar value, including the base period and seven option periods, is $210,090,820. Work will be performed in Riffa, Bahrain. The BOS services to be performed include general information, management and administration, fire and emergency services, safety, supply, housing (bachelor/unaccompanied housing), force protection, galley, facilities investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, utility management, electrical, wastewater, water, transportation and environmental. Work is expected to be complete by August 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $19,071,686 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $26,784,000 undefinitized contract modification (P00015) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification supports non-recurring engineering efforts to develop and certify a retrofit solution to support the structural requirements for full-up destruction and suppression of enemy air defenses capabilities for Lot 14 and Lot 15 F-35A Lightning II combat aircraft for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (70%); and Redondo Beach, California (30%), and is expected to be complete by August 2022. Fiscal 2020 research, development, test and evaluation (Air Force) funds for $2,124,575; and non-DOD participant funds for $1,780,400 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Industries Inc., Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $17,176,332 cost-plus-fixed fee, cost-plus-incentive fee contract (N42158-20-C-0003) for maintenance and modernization on board U.S. Ship Harry S. Truman (CVN 75) during the fiscal 2020 extended carrier incremental availability at Norfolk Naval Shipyard. Work will be performed in Portsmouth, Virginia (88%); Newport News, Virginia (11%); and Norfolk, Virginia (1%), and is expected to be complete by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $17,176,332 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one responsible source, and no other supplies or services will satisfy agency requirements. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded an $8,369,782 cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6115 to exercise and fund options for the procurement of Navy engineering systems and services. Work will be performed in Manassas, Virginia (80%); Chesapeake, Virginia (10%); and Middletown, Rhode Island (10%), and is expected to be complete by May 2024. Fiscal 2019 and 2020 research, development, test and evaluation (Navy); and 2020 other procurement (Navy) funding in the amount of $4,424,463 will be obligated at time of award and funding in the amount of $18,284 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

L3 Harris Technologies Inc., Van Nuys, California, is awarded a $7,212,790 cost-plus-incentive-fee order under basic ordering agreement N00024-19-G-5500 for the development, testing and delivery of AN/SPS-48G(V)1 radar data processor and radar display and control function software, firmware updates for the I/Q processor and synchronizer and other hardware changes. Work will be performed in Van Nuys, California. The AN/SPS-48E and the AN/SPS-48G are the two variants of the AN/SPS-48 radar presently in service with the Navy. The AN/SPS-48G has progressively been replacing the AN/SPS-48E starting in fiscal 2011 and continuing through fiscal 2028. This order is for the development, testing and delivery of the AN/SPS-48G(V)1 radar data processor software version 2.0.0 and radar display and control function software version 2.0.0, firmware updates for the I/Q processor and synchronizer and other hardware changes. This order will implement a subset of the advanced training domain requirements, correct radar performance issues and perform the engineering and development of any hardware changes that might be necessary. Work is expected to be complete by November 2022. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $2,277,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1), with only one responsible source; no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5502).

AIR FORCE

Wickr Inc., San Francisco, California, has been awarded a ceiling $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Wickr-based recall, alert and messaging (Wickr RAM) services. Wickr RAM services require an Air Force Cloud One and Air Force Special Operations Command cloud certified fully managed service provider. This contract provides Wickr RAM is a Department of Defense (DOD)-approved/Federal Information Processing Standards certified application suite that provides end-to-end encrypted file, video, chat, text and voice services for end-users. The application suite includes servers that run in a DOD-approved cloud data center and client applications that run on government issued, personal and temporary computers and mobile devices. Work will be performed at the contractor's facility and is expected to be completed May 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $7,700,000 are being obligated at the time of award. Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-20-D-0001).

Kryptowire LLC,* Tysons Corner, Virginia, has been awarded a $7,764,985, cost-plus-fixed-fee modification to contract FA8750-18-C-0054 for software, hardware and reports. The contract modification is to design, develop, implement, evaluate and deliver software that is capable of collecting sensor information from Android and iOS smartphones and software that is capable of managing users, devices and applications to help manage and maintain the sensor collection process. Work will be performed in Tysons Corner, Virginia, and is expected to be completed Feb. 22, 2022. The total cumulative face value of the contract is $13,166,095. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,158,286 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Gaumard Scientific Co. Inc.,** Miami, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 117 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a May 31, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0042).

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $7,551,872 firm-fixed-price contract for electrical cabinets. 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 three-year, 11-month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2024, estimated performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0028).

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $17,463,002 firm-fixed-price contract to furnish all services, facilities, labor, parts, materials, equipment, tools and data necessary to accomplish the inspection, overhaul, and upgrade for AH-64 Apache equipment. 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 May 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0065).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,624,433 modification (P00106) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles (Army) funds; 2020 Foreign Military Sales (Egypt) funds; and 2020 operations and maintenance (Army) funds in the amount of $11,624,433 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

*Small business
**Woman-owned small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2204288/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - June 26, 2019

    27 juin 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - June 26, 2019

    ARMY Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0041); Southwest Valley Constructors, Albuquerque, New Mexico (W9126G-19-D-0033); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0036); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0039); J&J Contractors Inc.,* North Billerica, Massachusetts (W9126G-19-D-0043); Gibralter-Caddell a Joint Venture, Montgomery, Alabama (W9126G-19-D-0037); Puyenpa Cottles Joint Venture LLC,* Copperas Cove, Texas (W9126G-19-D-0038); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0035); BFBC LLC, Bozeman, Montana (W9126G-19-D-0034); JSR Inc.,* Schertz, Texas (W9126G-19-D-0045); Stormwater Plans, LLC doing business as SWP Contracting & Paving,* Glendale, Arizona (W9126G-19-D-0044); Gideon Contracting LLC,* San Antonio, Texas (W9126G-19-D-0042); and Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0040) will compete for each order of the $5,000,000,000 firm-fixed-price contract for horizontal construction services in support of the Department of Homeland Security, Rio Grande Valley, Laredo, Del Rio, Big Bend and El Paso Border Patrol sectors. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Atlantic Diving Suppling Inc.,* Virginia Beach, Virginia (W56HZV-19-D-0070) and Sorinex Exercise Equipment Inc.,* Lexington, South Carolina (W56HZV-19-D-0071), will compete for each order of the $63,778,092 firm-fixed-price contract for procurement of Army combat fitness test equipment. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 6, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Peckham Vocational Industries Inc., Lansing, Michigan, was awarded a $22,860,897 modification (P00008) to contract W56HZV-17-C-0187 for services to support the organizational clothing and individual equipment effort for the repair, cleaning, warehousing, and distribution. Work will be performed in Lansing, Michigan, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $22,860,897 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $16,715,000 firm-fixed-price contract for annual maintenance dredging for the Oakland Inner and Outer Harbor federal navigation channel in Alameda County, California. Bids were solicited via the internet with two received. Work will be performed in Oakland, California, with an estimated completion date of Dec. 18, 2019. Fiscal 2019 operations and maintenance, civil funds in the amount of $16,715,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0009). IAP Worldwide Services Inc., Cape Canaveral, Florida, was awarded a $16,289,540 hybrid (cost-no-fee, firm-fixed-price and time-and-materials) contract for satellite communication support. Bids were solicited via the internet with two received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Jan. 21, 2025. Fiscal 2019 operations and maintenance Army funds in the amount of $16,289,540 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0034). International GeoConsultants JV, Germantown. Maryland, was awarded a $9,000,000 firm-fixed-price contract for geotechnical engineering services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June, 25, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0034). General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $7,805,000 modification (F406 22) to contract W91QUZ-06-D-0012 for combined mission command network operations and maintenance information technology services. Work locations and funding will be determined with each order, with an estimated completion date of April 12, 2020. U.S. Army 411th Contracting Support Battalion, Republic of Korea, is the contracting activity. NAVY BAE System Technology Solutions and Services Inc., Rockville, Maryland (N00039-19-D-0031); Serco Inc., Herndon, Virginia (N00039-19-D-0032); and Scientific Research Corp., Atlanta, Georgia (N00039-19-D-0033), are each awarded a cost-plus-fixed-fee, cost-only indefinite-delivery/indefinite-quantity multiple award contract for logistics, integration, engineering, procurement, fabrication, assembly, test, inspection, zone integration and installation of integrated command, control, communications, computers and intelligence (C4I) system of systems capabilities aboard new construction aircraft carrier and large deck amphibious ships, to include refueling and complex overhaul ships. Throughout the duration of the awarded contracts, the total obligated amount on orders for all of the awarded contracts combined will not exceed $747,097,000. Each contract includes options, which if exercised, would bring the estimated value of each contact to $601,513,730 for BAE System; $608,243,247 for Serco Inc., and $599,544,784 for Scientific Research Corp. These contracts will support various Navy shipbuilding programs. These programs require integrated C4I capabilities to provide communications for maritime operations and flight safety. The integrated capability is composed of distributed systems that provide network capabilities, communications, command and control, intelligence, and non-tactical data. Work will be performed in Newport News, Virginia (73%); Charleston, South Carolina (17%); and Pascagoula, Mississippi (10%), and work is expected to be completed by June 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $50,000 will be obligated on the first task order under each contract utilizing fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy), and fiscal 2019 research and development (Navy) funds. Contract funds will not expire at the end of the current fiscal year. These contracts were awarded pursuant to full and open competition, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Integrity Applications Inc.,* Chantilly, Virginia (N68936-19-D-0036); Toyon Research Corp.,* Goleta, California (N68936-19-D-0037); KAB Laboratories,* San Diego, California (N6893619D0038); and Booz Allen Hamilton, McLean, Virginia (N68936-19-D-0039), are each being awarded cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contracts. These contracts provide for research, development, testing and evaluation, technical assistance and systems engineering in the development, testing and fielding of future intelligence, surveillance, reconnaissance, and targeting systems. The estimated cumulative aggregate ceiling for all contracts is $49,839,291, with the companies having an opportunity to compete for individual orders. Work will be performed at various contractor facilities located inside the continental United States, and is expected to be completed in June 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,004 ($2,501 per company to satisfy the minimum guarantee amount) are being obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Tetra Tech Inc., Norfolk, Virginia, is awarded $9,870,904 for firm-fixed-price task order N44255-19-F-4112 under a previously awarded single award services contract for a base wide site investigation for munitions at Naval Base Kitsap-Bangor. The work to be performed provides a munition response site investigation for 15 sites having 21 locations. The scope includes all work necessary to define the source and nature of a release, describe pathways for contaminant migration, identify human and ecological receptors, conclude whether a No Further Action determination, a removal action, or a Remedial Investigation/Feasibility Study is warranted. The following surveys will be completed as part of this work: habitat/endangered species, historical and cultural resources, land surveying and clearing, munitions and clearing, and geophysical. Work will be performed in Silverdale, Washington, and is expected to be completed by June 2022. Fiscal 2019 environmental restoration (Navy) contract funds in the amount of $9,870,904 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-19-D-4112). AIR FORCE HDT Global, Salon, Ohio, has been awarded a $66,684,930, fixed-price incentive firm modification (P00038) to previously awarded FA8204-13-C-0010 for production of 19 Transporter Erector Replacement Program (TERP) production units. This contract provides for the procurement of 19 TERP production representative vehicles and initial spares over four option periods. Work will be performed in Cincinnati, Ohio, and Florence, Kentucky, and is expected to be completed by December 2020. This award is the result of a negotiated agreement to definitize engineering changes incorporated into the design portion of performance. Fiscal 2018 procurement funds in the amount of $15,225,936 to fully fund option period one. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. United Technologies Corp., doing business as Collins Aerospace, Westford, Massachusetts, has been awarded a $31,920,402 indefinite-delivery/indefinite-quantity modification (P00008) to previously awarded firm-fixed-price contract FA8620-18-D-3014 for providing partner nations an ordering vehicle for the DB-110 Tactical Reconnaissance Pod Program. This modification raises the price ceiling from $31,920,402 to $215,025,402. Work will be performed in Westford, Massachusetts, and is expected to be completed by Nov. 14, 2023. This contract involves 100% foreign military sales to Oman, Poland, Morocco and Greece. This award is the result of a sole source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE LOGISTICS AGENCY Brighton Cromwell LLC, Randolph, New Jersey, has been awarded a maximum $34,746,167 firm-fixed-price contract for specialized parts kits. 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 three-year base contract with two one-year option periods. Location of performance is New Jersey, with a June 25, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0163). Federal Prison Industries (UNICOR),** Washington, District of Columbia., has been awarded a maximum $14,141,250 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D1069) with two one-year option periods for Army physical fitness uniform trunks. This is an indefinite-delivery contract. Locations of performance are Minnesota, Colorado, Louisiana and Kentucky, with a July 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania. DEFENSE HEALTH AGENCY Spectrum Healthcare Resources Inc., St. Louis, Missouri, has been awarded a $9,061,238 firm-fixed-price contract, HT0014-19-C-0001. This contract provides support to the Defense Health Agency's national capital region for continuation of healthcare services at the Fort Belvoir Community Hospital Family Health Centers of Fairfax and Dumfries (outpatient clinics stemming from Fort Belvoir Community Hospital). The work includes all personnel and facilities to provide healthcare for approximately 51,000 TRICARE prime beneficiaries. Work will be performed in Virginia, beginning July 1, 2019, with an estimated completion date of Aug. 31, 2019. The contract includes a two- month base period. Fiscal 2019 operations and maintenance funds in the amount of $9,061,238 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1888547/source/GovDelivery/

  • Here’s what Japan’s Defense Ministry wants to do with $50.5 billion

    3 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Here’s what Japan’s Defense Ministry wants to do with $50.5 billion

    By: Mike Yeo MELBOURNE, Australia — Japan's Defense Ministry has requested a budget of $50.5 billion for its next fiscal year, an increase of 1.2 percent over the previous year and the eighth straight year of an increase. The funds will be used to acquire more Lockheed Martin F-35 fighter jets, including Japan's first short-takeoff-and-vertical-landing F-35B, as well as increasing its Boeing KC-46A Pegasus tanker fleet to six aircraft. The bulk of the budget request is for costs associated with U.S. military forces stationed in Japan, with $1.9 billion requested to pay the salaries of Japanese citizens employed by the U.S military, supporting training exercises, and performing maintenance on and improvements to U.S. military facilities. The ministry's request includes $1.08 billion for F-35s, which is made up of $291.3 million for three conventional takeoff and landing F-35As and $795.3m for six F-35Bs. These will be Japan's first F-35Bs, and it's expected the country will eventually order 42 "B" models, of which 18 will be acquired over the next five years, according to Japan's Mid-Term Defense Plan released late last year. It also has plans to eventually operate 105 F-35As. The F-35Bs are to be operated from two Izumo-class helicopter destroyers. Japan announced last year plans to convert both ships, which are currently designed to operate helicopters, to be able to handle F-35Bs. Notably, the budget request asks for $29.1 million for “partial refurbishment” to enable F-35B operations. According to other reports, modifications for the ships include improvements to the heat resistance of their flight decks as well as the installation of additional lighting for aircraft operations. Japanese Defense Minister Takeshi Iwaya added that F-35B deck trials could be conducted with U.S. Marine Corps F-35Bs based in Japan following the modification work. Beyond the jets The budget request also asks for $1.05 billion for four more Boeing KC-46A Pegasus tanker aircraft, and $284.8 million for more Raytheon SM-3 Block IIA ballistic missile interceptors. The request for funding for four KC-46As is a departure from normal procedure, Previously, Japan ordered one tanker each during the 2017 and 2018 fiscal years. According to the ministry, the batch order is a more cost-effective means of acquisition, resulting in $100 million worth of savings. Given that Japan already awarded contracts to Boeing for two of the three KC-46As previously on order, the budget request for four more tankers suggests the ministry wants funding for the last aircraft and and for an additional order of three KC-46s. Defense News has sought clarification from Japan's Defense Ministry over whether this is the case. The budget request also includes a number of acquisitions from Japan's defense industry, with $654.3 million for another Soryu-class diesel-electric attack submarine. And should the budget pass, Kawasaki Heavy Industries will be able to keep its aircraft production lines open, with the ministry seeking funds to acquire three more P-1 anti-submarine aircraft and six C-2 airlifters at $213.4 million and $599 million respectively. The ministry also wants money for more equipment destined for Japan's land forces: 33 Type 16 wheeled maneuver combat vehicles and seven Type 19 wheeled self-propelled howitzers. The Type 19 is a newly developed eight-wheel drive howitzer sporting a 155mm weapon mounted on the German MAN HX military truck chassis, and it's earmarked to replace the towed FH70 howitzer currently in service with the Japan Ground Self-Defense Force. The Defense Ministry also wants to continue funding the development of indigenous electronic warfare capabilities. Japan's next fiscal year begins April 1, 2020. The budget request is not necessarily the actual amount that will be allocated by the Finance Ministry. https://www.defensenews.com/global/asia-pacific/2019/08/30/heres-what-japans-defense-ministry-wants-to-do-with-505-billion

  • Taiwan reports Chinese 'combat patrol' after Beijing slams US arms deal

    27 octobre 2024 | International, C4ISR, Sécurité

    Taiwan reports Chinese 'combat patrol' after Beijing slams US arms deal

Toutes les nouvelles