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

Contract Awards by US Department of Defense - June 08, 2020

ARMY

CORRECTION: The contract W56KGY-20-D-0008, originally announced on May 29, 2020, has been changed as follows: Canadian Commercial Corp., Ottawa, Canada, was awarded a $380,117,626 hybrid (firm-fixed-price, fixed-price-level-of-effort) contract for MX sensor systems product and system support. 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 28, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0008). (Awarded June 5, 2020)

AIR FORCE

L3Harris Technologies Inc., Clifton, New Jersey, has been awarded an estimated $70,000,746 firm-fixed-price, indefinite-delivery requirements contract for AN/ALQ-161A radio frequency surveillance/electronic countermeasures system line replaceable units and shop replaceable units. This contract provides for the repair of 154 national stock numbers applicable to the B1-B aircraft/electronic countermeasures. Work will be performed in Amityville, New York, and is expected to be completed June 5, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 consolidated sustainment activity group-engineering funds will be used to fund individual orders issued against the basic contract. No funds will be obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-20-D-0002).

NAVY

Nova Group Inc., Napa, California, is awarded a $43,771,888 firm-fixed-price contract (N44255-20-C-1002) for Pier 3 and Dry Dock 4 modernization at the Naval Base Kitsap, Puget Sound Naval Shipyard and the intermediate maintenance facility. All work will be performed in Bremerton, Washington. The work to be performed is to construct seven new electrical substations, demolish four substations, alter Dry Dock 4 and Pier 3 electrical distribution systems, enclose service utility galleries to prevent flooding during docking operations and Pier 3 piles modifications. Work is expected to be complete by August 2023. Fiscal 2020 military construction contract funds in the amount of $43,771,888 are obligated on this award and do not expire at the end of the current fiscal year. Five proposals were received for this contract. The Naval Facilities Engineering Command, Northwest, Bremerton, Washington, is the contracting activity.

Bath Iron Works, Bath, Maine, is awarded a $42,772,449 cost-plus-award-fee modification to previously awarded contract N00024-18-C-2313 to exercise options for the accomplishment of lead yard class services for the DDG 51-class destroyer program. Work will be performed in Bath, Maine (95%); Brunswick, Maine (4%); and other locations collectively totaling less than 1%. This option exercise is for lead yard services (LYS) for the DDG 51-class destroyer program. LYS provides necessary engineering, technical, material procurement and production support; configuration; class flight and baseline upgrades and new technology support; data and logistics management; lessons learned analysis; acceptance trials; post-delivery test and trials; post shakedown availability support; reliability and maintainability; system safety program support; material and fleet turnover support; shipyard engineering team; turnkey; crew indoctrination, design tool/design standardization, detail design development, and other technical and engineering analyses for the purpose of supporting DDG 51-class ship construction and test and trials. In addition, DDG 51-class LYS may provide design, engineering, procurement and manufacturing/production services to support design feasibility studies and analyses that modify DDG 51-class destroyers for Foreign Military Sales (FMS) programs sponsored by the Department of the Navy and the Department of Defense. Work is expected to be complete by June 2021. Fiscal 2015, 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $40,438,200 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.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $37,510,677 cost-plus-fixed fee contract modification to previously awarded contract N00024-16-C-5103 for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future Foreign Military Sales (FMS) Aegis shipbuilding programs in support of the Japan Maritime Self-Defense Force, Republic of Korea Navy, Spanish Armada, Royal Australian Navy and Royal Norwegian Navy, with scope available to support other potential FMS customers. Work will be performed in Moorestown, New Jersey (96%); Tokyo, Japan (1%); Seoul, South Korea (1%); Bergen, Norway (1%); and Adelaide, Australia (1%), and is expected to be complete by September 2020. This modification will provide for additional Aegis combat system engineering, computer program maintenance, in-country support, staging support and implementation studies in support of current and future shipbuilding programs for Japan, Korea, Spain, Australia, Norway and other potential FMS customers. The Aegis FMS programs that will be supported include the Japan Maritime Self-Defense Force Kongo and Atago class ships, Republic of Korea Navy KDX III class ships, Spanish Armada F-100 and F-110 program, Royal Norwegian Navy F310 class ships and Royal Australian Navy Hunter and Hobart class ships. FMS funding in the amount of $27,957,817 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1) and 10 U.S. Code 2304 (c)(4), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements and International Agreement, respectively. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Space Ground System Solutions LLC,* Melbourne, Florida, is awarded a $29,596,469 cost-plus-fixed-fee contract for research and prototype development of spacecraft electronics and space/airborne electronic systems and maintenance, development, enhancement and testing supporting mission operations of Department of Defense space assets. Work will be performed in Washington, D.C. The Naval Center for Space Technology (NCST), located at the U.S. Naval Research Laboratory (NRL) in Washington, D.C., is the designated lead laboratory for Navy space programs. NCST has the primary responsibility to develop space systems, spacecraft payloads, tactical communications and aerospace systems to actively pursue emerging technologies in an effort to advance space, tactical and aerospace system development. This contract will support the continual development and advancement of the software and hardware that provides state of the art solutions to space applications. Work is expected to be complete by June 2024. This contract includes options which will bring the cumulative value of this contract to $155,950,111, if exercised. Working capital funds in the amount of $2,060,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203. This contract was competitively procured with one offer received via FedBizOpps. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity.

Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is awarded a $10,980,114 firm-fixed-price, basic ordering agreement order (N64498-20-F-4221) for main propulsion monobloc propellers, propeller hubs, oil distribution boxes, blades and propeller blades for various Navy Ship Classes. Work will be performed in Walpole, Massachusetts, and is expected to be complete by September 2021. The supplies under this order: monobloc propellers, propeller hubs, oil distribution boxes, blades and propeller blades, will be manufactured, machined and fabricated by Rolls-Royce Marine North America (RRMNA) in order to provide this equipment to the Navy. RRMNA is the original designer, developer and sole manufacturer of the items covered in this requirement. Fiscal 2020 other procurement (Navy) funding in the amount of $10,980,114 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one responsible source. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $12,994,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transfer cases with containers. 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 contract with no option periods. Location of performance is Wisconsin, with a June 8, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal year 2020 through 2023 (Army) working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0107).

CORRECTION: The modification (P00005) announced May 7, 2020, for Extra Packaging LLC,* Boca Raton, Florida (SPE2DS-19-D-0082), for $7,562,500 was announced with an incorrect award and performance completion date. The correct award date is June 8, 2020, and correct performance completion date is Feb. 8, 2022.

DEFENSE HEALTH AGENCY

NetImpact Strategies, Chantilly, Virginia, was awarded an $11,766,010 modification under previously awarded firm fixed-price contract HT00-19-F-0017 to fund the first year option period for a Medical Community of Interest with fiscal 2020 operations and maintenance funds. The congressional notification for the award was issued May 31, 2019. This task provides program and project management – program communication and coordination, coordinate security architecture installation, circuit coordination, internet protocol data collection analysis, processing and validation. Optional tasks include operations cell management, business-to-business Virtual Private Network coordination and data collection effort. This contract was awarded through the Small Business Administration (SBA) program with woman-owned business participating in the U.S. SBA 8(a) Business Development Program using the General Services Administration Streamlined Technology Application Resource for Services II contract. The place of performance is Falls Church, Virginia. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded June 3, 2020)

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2212180/source/GovDelivery/

Sur le même sujet

  • How did the two offerings competing to be the US Army’s future engine measure up?

    10 juin 2019 | International, Aérospatial

    How did the two offerings competing to be the US Army’s future engine measure up?

    By: Jen Judson WASHINGTON — Cost appears to have played a major role in the Army's decision to pick GE Aviation's T901 engine for its future helicopter engine, based on a look at documents laying out the service's post-award analysis, obtained by Defense News. Yet, other factors not shown could have also contributed to the Army's choice, which the Government Accountability Office upheld following a protest from losing team Advanced Turbine Engine Company (ATEC) — a partnership between Honeywell and Pratt & Whitney. The GAO is expected to release a redacted version of its decision next week, which could shed more light on how the Army decided to move forward with GE. While the cost of GE'S engine seems to have been a deciding factor, the document outlining the service's criteria to determine a winning engine design to move into the engineering and manufacturing development phase states that “all non-cost/price factors when combined are significantly more important than cost/price factor.” According to that chart, the Army said it would primarily measure the engine submissions against its engine design and development, followed by cost/price, followed by life-cycle costs and then small business participation in order of importance. The Army assessed ATEC's and GE's technical risk as good and gave ATEC a risk rating of low while it gave GE a risk rating of moderate when considering engineering design and development for each offering. Both GE and ATEC had moderate risk ratings when it came to engine design and performance. And while GE received a technical risk rating of moderate for component design and systems test and evaluation, ATEC received low risk ratings for both. Almost all other technology risk assessments and risk ratings were the same for both engine offerings. GE scored “outstanding” in platform integration capabilities. Based off the chart, it appears ATEC won, so its likely the documents are not an exhaustive representation of how the Army decided to move forward with GE. While both ATEC and GE offered prices within the Army's requirements, GE came in 30 percent lower in cost. And according to Brig. Gen. Thomas Todd, the program executive officer for aviation, in an interview with Defense News in April, GE was also working on trying to shrink the timeline within the EMD phase by roughly a year. But, in ATEC's view, the charts show it had offered the best value product to the Army. ATEC's president, Craig Madden, told Defense News that the company took the Army's selection criteria laid out in the request for proposals seriously across the board from engineering design and development factors to cost to even small business participation, where it scored higher than GE in the analysis chart. “We did come in higher in cost but this was considered a best value evaluation and not lowest price, technically acceptable,” Madden said. “I think low price is good for a plastic canteen or a bayonet, it's not good for a highly technical turbine engine.” And despite coming in at a higher cost, Jerry Wheeler, ATEC's vice president said, the up front cost in the EMD phase will be higher but the delta would shrink when considering life-cycle costs of both engine offerings. Both ATEC and GE received good technical ratings and were given risk ratings of low. When just going by the chart, GE's four moderate risk ratings in key categories means “they could have disruption in schedule, increased cost and degradation of performance,” Madden said. He added ATEC was also focused on lowering risk, so that, although the Army offered incentives to finish the EMD phase earlier than 66 months, ATEC presented a plan to complete at 66 months with a plan to look at acceleration wherever possible. ATEC is now pushing to be a part of the EMD phase, essentially extending the competition, so that more data on engines can be garnered. The Army had periodically weighed keeping the EMD phase competitive with two vendors, but ultimately chose to downselect to one. For GE, the Army made the right decision and had enough data to do so. “The U.S. Army competitively selected GE's T901 engine over ATEC T900 engine after more than 12 years of development,” David Wilson told Defense News in a statement. “Those 12 years included the Advanced Affordable Turbine Engine (AATE) program, during which both companies ran tow full engine tests,” he said. Additionally, both companies executed a 24-month technology maturation and risk reduction contract where GE self-funded and successfully completed and tested a third engine, a full-sized T901 prototype engine, with successful tests on all components, Wilson said. “We've done three full-engine tests and provided an unprecedented amount of test data to the Army for them to determine which engine was the best to move forward with in EMD,” he added. Funding a second engine through EMD would cost more than twice as much and delay critical Army modernization by at least two years, Wilson argued. https://www.defensenews.com/land/2019/06/07/how-did-the-two-offerings-competing-to-be-the-us-armys-future-engine-measure-up/

  • Contracts for April 5, 2021

    6 avril 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contracts for April 5, 2021

    Today

  • Babcock to provide helicopters and support for the French Navy

    28 février 2020 | International, Aérospatial

    Babcock to provide helicopters and support for the French Navy

    February 27, 2020 - In a contract led by the French Armament General Directorate (DGA) for the French Navy, Babcock, will work in partnership with Airbus Helicopters (AH) and Safran Helicopter Engines (SHE) to provide four H160 helicopters, helicopter modifications and through-life support. The H160 is a part of the interim fleet which will replace the Alouette III before the Guépard's entry into service. The aircraft will be used by the French Navy on demanding Search and Rescue (SAR) missions and will be based at two locations in North and West France. Babcock is the global launch customer for the H160 helicopter. This 10-year contact commences operations in 2022 and represents a milestone in the French MOD procurement process as it is the first time that a contract includes both hire and purchase of a brand new aircraft and its global support. This contract marks a significant step in Babcock France's deepening collaboration with French military forces after the Jet Fighters Modernized Training Programme (FOMEDEC) signed in 2016 for the French Air Force. It confirms Babcock's military air expertise and commitment to support France's armed forces. Military Aviation Director for Babcock France, Pierre Basquin said: “We are very proud to be part of this innovative project with our partners. All together, we will provide both the H160 to the French Navy with a high level of availability and allow the DGA to prepare for the entry into service of the Guépard.” Working closely with the DGA, Navy, AH and SHE stakeholders, Babcock is now driving forward with mobilisation activities. With a strong framework already in place, we will ensure the customer's faith in our trusted to deliver culture is well placed. Babcock Aviation is focused on defence and emergency services operations. Our mission is to save lives, protect communities and support the defence of nations. View source version on Babcock: https://www.babcockinternational.com/news/babcock-to-provide-helicopters-and-support-for-the-french-navy/

Toutes les nouvelles