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

Contract Awards by US Department of Defense - June 16, 2020

ARMY

EA-Wood-2 MP JV,* Hunt Valley, Maryland (W912DY-20-D-0073); and Gsina-Gilbane JV LLC,* Flemington, New Jersey (W912DY-20-D-0075), will compete for each order of the $400,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure the services of small business firms to perform Military Munitions Response Program responses involving conventional munitions; environmental compliance and remediation services; and other munitions-related services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 3, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Northrup Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $89,551,256 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Long Range Radar-Enhanced and Vehicle and Dismount Exploitation Radar program efforts. 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, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0012).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $61,890,745 modification (P00282) to contract W56HZV-15-C-0095 to increase available options under the current Joint Light Tactical Vehicle trailer contract from 32 to 3,541. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2021. Fiscal 2020 procurement; defense-wide; and other procurement, Army funds in the amount of $61,890,745 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NIC4 Inc.,* Tampa, Florida, was awarded a $16,778,695 modification (P00002) to contract W91CRB-19-D-5001 to increase various line items due to additional scope and add additional services connected with Very Small Aperture Terminals services and 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 July 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Seqirus Inc., Summit, New Jersey, has been awarded a maximum $66,563,972 firm-fixed-price, indefinite-quantity contract for injectable influenza vaccines. This was a competitive acquisition with two offers received. This is a one-year contract with no option periods. Location of performance is New Jersey, with a June 15, 2021, performance completion date. Using customers are Army, Air Force, Navy and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0004).

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $33,645,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with eight responses received. Location of performance is Puerto Rico, with a June 15, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1258).

Viasat Inc., Carlsbad, California, has been awarded a maximum $8,928,000 firm-fixed-price contract for AV-8B spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-month contract with no option periods. Location of performance is California, with a Sept. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-R016).

Skupien Solutions, doing business as Superior Surgical,* Brentwood, Tennessee, has been awarded a maximum $8,000,000 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 122 responses received. This is a five-year contract with no option periods. Location of performance is Tennessee, with a June 15, 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-0043).

NAVY

Civil Works Contracting LLC,* Wilmington, North Carolina (N40085-15-D-0847); Hager Construction Co.,* Jacksonville, Florida (N40085-15-D-0848); Onopa Services LLC,* Sanford, Florida (N40085-15-D-0850); and Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-15-D-0851), are awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. Work will be performed at various Navy and Marine Corps installation locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, total/partial repairs, interior/exterior and the alteration/renovation of buildings. Other systems and infrastructure may include civil, structural, mechanical, electrical, communication systems and the installation of new or extensions to existing high voltage electrical distribution systems; high pressure steam distribution systems; potable water distribution systems and sanitary sewer systems. Additional work provides for storm water control systems, painting, removal of asbestos materials, lead paint and incidental related work. Work is expected to be complete by June 2021. After award of this modification, the total maximum dollar value for all six contracts combined will be $150,000,000. No funds will be obligated at the time of award, and will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Marine Corps) and military construction funds. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Austal USA, Mobile, Alabama, is awarded a $43,362,470 cost-plus-fixed-fee and firm-fixed-price modification to previously awarded contract N00024-17-C-2301 to exercise options for Littoral Combat Ships (LCS) class design services and Integrated Data and Product Model Environment (IDPME) support. Work will be performed in Mobile, Alabama (60%); and Pittsfield, Massachusetts (40%). Austal USA will provide class design services, including but not limited to, technical analyses, non-recurring engineering, configuration management, software maintenance, production assessments, diminishing manufacturing sources analysis, root cause analysis and sea frame reliability analysis. Austal USA will also maintain an IDPME that provides the Navy access to enterprise data management, visualization, program management applications, network management and control. Work is expected to be complete by June 2021. Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and 2020 research, development, test, and evaluation (Navy) funding in the amount of $10,954,997 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.

CH2M Hill Constructors Inc., Englewood, Colorado, is awarded a $33,097,127 modification on firm-fixed-price task order N69450-20-F-0077 under a multiple award construction contract for design build repairs of Building 633 at Naval Air Station Pensacola. Work will be performed in Pensacola, Florida, and provides for the design build construction, alteration and repair of Building 633 in order to return the building to full operation. Building 633 is approximately 117,000 square feet and is a historic federal facility with administrative spaces, classrooms and an auditorium. Work is expected to be complete by September 2021. After the award of this modification, the total task order value will be $34,095,501. The task order also contains seven unexercised options, which will increase cumulative task order value to $38,407,860 if exercised. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $33,097,127 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-19-D-8024).

AH Environmental Consultants Inc.,* Newport News, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for professional environmental consulting services within the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). Initial task order is being awarded at $61,661 to update the storm water pollution prevention plan and annual comprehensive evaluation plan at the Naval Support Activity, Panama City, Florida. The work provides for professional architect-engineering services for potable water, wastewater, storm water, spill control and other related miscellaneous environmental services, to include various forms of support for these environmental programs. Work for this task order is expected to be complete by September 2020. All work on this contract will be performed at various activities in the NAVFAC Southeast AO and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $61,661 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&MN. This contract was competitively procured via the Navy Electronic Commerce Online website and five proposals were received. The NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0031).

Forward Slope Inc., San Diego, California (N66001-20-D-3430); ODME Solutions LLC, San Diego, California (N66001-20-D-3431); SOLUTE, San Diego, California (N66001-20-D-3432); and Syneren Technologies Corp., Arlington, Virginia (N66001-20-D-3433), are awarded a $11,288,928 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple-award contract to support meteorological and oceanographic capabilities for Foreign Military Sales systems, expeditionary/joint systems and projects supporting ashore and afloat operations worldwide. Work will be performed in San Diego, California. All four awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three one-year option periods, which will bring the potential value of this contract to an estimated $29,115,178 if exercised. The period of performance of the base award is from June 16, 2020, through June 15, 2022. If all options are exercised, the period of performance would extend through June 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); research, development test and evaluation (Navy); and Foreign Military Sales funds. This contract was competitively procured via request for proposal N66001-20-R-0088 which was published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Five offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $22,665,000 firm-fixed-price modification (PZ0011) to contract FA8621-17-C-6398 for F-15SA aircrew training devices (ATD). The contract modification provides for the purchase and installation of a full mission trainer (FMT), a visual database for the area of King Khalid Air Base, Saudi Arabia, and five years of contractor logistics support for existing ATDs. Work will be performed in St. Louis, Missouri; King Faisal Air Base, Saudi Arabia; and King Khalid Air Base, Saudi Arabia. This modification involves Foreign Military Sales (FMS) to Saudi Arabia, and work is expected to be completed by April 30, 2024. FMS funds in the amount of $27,040,000 are being obligated at the time of award. Total cumulative face value of the contract is $93,740,000. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $19,910,587 cost-plus-fixed-fee contract modification (P00014) to contract FA8806-19-C-0003 for support to the Schriever Air Force Base Infrastructure - Minimal Viable Product (MVP) effort. This modification provides for cross-domain solutions, design, integration and rapid delivery team services. Work will be performed in Colorado Springs, Colorado, and is expected to be completed April 30, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $14,465,154 are being obligated at the time of award. The total cumulative face value of the contract is $80,366,105. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

*Small Business
**Small Disadvantaged Business in Historically Underutilized Business Zone

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2222335/source/GovDelivery/

Sur le même sujet

  • Thales to reinforce Indonesia’s sovereign airspace protection capabilities with PT LEN

    19 juin 2023 | International, C4ISR

    Thales to reinforce Indonesia’s sovereign airspace protection capabilities with PT LEN

    Renowned for the performance of detecting threats at long range and low altitude, the GM400 Alpha provides superior situational awareness for early detection helping armed forces enhance airspace sovereignty

  • Army chooses Raytheon, Lockheed to mature new missile defense radars

    5 octobre 2018 | International, C4ISR

    Army chooses Raytheon, Lockheed to mature new missile defense radars

    By: Jen Judson WASHINGTON — The U.S. Army has picked Raytheon and Lockheed Martin to continue on the path to develop a next-generation air and missile defense radar following a concept design phase that looked at four different companies' technology, according to company representatives. The Department of Defense Ordnance Technology Consortium awarded contracts to four companies to come up with designs to help inform the Army's requirements for the Patriot AMD radar replacement a year ago. Because of their previous involvement, it came as no shock both Raytheon and Lockheed received contracts for the Lower Tier Air-and-Missile Defense Sensor. Northrop Grumman and dark horse Technovative Applications, based in Brea, California, were also awarded contracts. Raytheon is the manufacturer of the legacy Patriot system, and Lockheed Martin spent years developing a system to replace Patriot, from which the Army ultimately walked away. That system — the Medium Extended Air Defense Systems — is still in development with Germany. After spending years debating when and how it would replace its current Patriot system's radar with one that can detect threats coming from any direction, the Army decided to hold a competition for a brand-new 360-degree, lower-tier AMD sensor in early 2017. Replacing the radar becomes evermore critical as the Army looks at dealing with different threats: ones that fly slower, faster or maneuver differently. According to the Army's Air and Missile Defense Cross-Functional Team lead, Brig. Gen. Randall McIntire, the service is trying to move quickly to procure a radar more capable than the current one; any future radar must fit into the future Integrated Air and Missile Defense framework. The AMD CFT is part of the Army's new four-star organization — Army Futures Command — tasked to get after the service's top six modernization priorities. AMD is fifth on that list ahead of soldier lethality and behind the network. Each priority has an assigned CFT to manage modernization efforts. The concept design contracts were given a period of performance of 15 months, so the downselect to Raytheon and Lockheed came slightly early. Congress has mandated that the Army by 2025 find a way to produce a 360-degree radar, accelerating the service's effort to bring something online. The Army will get a capable radar over time, McIntire told Defense News in an Oct. 1 interview, but it might be worth quickly fielding a radar and then building capability into the system over time. McIntire noted that while a 360-degree capability is a top priority, there might be some key performance parameters that rank higher such as more efficiency and better range. “We are proud to be selected as one of the companies to move forward to the Technical Maturation and Risk Reduction phase for the Lower Tier and Air Missile Defense Sensor that will provide the United States Army the ability to detect, identify, track and report aircraft and missiles,” a Lockheed spokesperson said in an Oct. 3 statement to Defense News. Raytheon spokesman Mike Nachshen told Defense News that the company is entering the technology-maturation and risk-reduction phase of the program with a brand-new radar, rather than an upgraded Patriot radar. The capability was designed from the ground up using gallium nitride technology and a staring array, rather than a rotating one, to provide constant 360-degree coverage, according to Nachshen. The company has its own GaN foundry. Raytheon expects to begin discussions with the Army over the next few weeks to determine how the radar's performance will be evaluated, the timeline of the phase and how much the Army plans to invest. https://www.defensenews.com/land/2018/10/04/army-chooses-raytheon-lockheed-to-mature-new-missile-defense-radars

  • Contract Awards by US Department of Defense - December 17, 2020

    18 décembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 17, 2020

    ARMY Honeywell International, Phoenix, Arizona, was awarded a $1,105,100,580 modification (P00002) to contract W56HZV-20-D-0062 for the Automotive Gas Turbine 1500 engine program. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $40,717,442 modification (P00054) to contract W58RGZ-16-C-0023 for a Longbow Crew Trainer and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2025. Fiscal 2010 other procurement (Army) funds in the amount of $40,717,442 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. L3 Technologies Inc., Salt Lake City, Utah, was awarded a $29,197,837 firm-fixed-price contract for the manned/unmanned teaming hardware, as well as technical and engineering support, for the Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of June 30, 2023. Fiscal 2021 aircraft procurement (Army) funds; and 2022 Foreign Military Sales (Morocco, Netherlands, Qatar, United Arab Emirates and United Kingdom) funds in the amount of $29,197,837 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-F-0144). CORRECTION: The $837,591,519 multiple award contract announced on Dec. 16, 2020, to Central Lake Armor Express,* Central Lake, Michigan (W91CRB-21-D-0004); Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-21-D-0005); Carter Enterprises LLC,* Brooklyn, New York (W91CRB-21-D-0006); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-21-D-0007); and Slate Solutions Inc.,* Sunrise, Florida (W91CRB-21-D-0008), for the Soldier Protection System was actually awarded today, Dec. 17, 2020. NAVY Perspecta Enterprise Solutions LLC, Herndon, Virginia, is awarded a $797,344,313 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00039-13-D-0013 for the existing Next Generation Enterprise Network (NGEN). The total cumulative value of this contract is an estimated $6,661,441,247. The contract modification is for services provided under NGEN support for approximately 400,000 seats representing more than 650,000 Navy and Marine Corps users at more than 2,500 locations. NGEN provides net centric data and information technology services for comprehensive, end-to-end information services through a common computing and communication environment to Navy and Marine Corps military, civilian and contractor users. The services provided under NGEN are enterprise services; network services; voice, video and data services; information security services; support services; and testing services. Work will be performed throughout the U.S. with an expected completion date of Sept. 30, 2021. No additional funding will be placed on contract or obligated at the time of modification award. Contract funds will be obligated on individual task orders and will expire at the end of the fiscal year. This contract modification will add four option periods under the base NGEN contract with a potential period of performance of nine months if all options are exercised. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), one source or limited sources (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $186,411,242 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the AN/SLQ-25E ‘NIXIE' electro-acoustic towed torpedo countermeasure system. This contract includes options which, if exercised, would bring the cumulative value of this contract to $268,514,278. Work will be performed in Braintree, Massachusetts (58%); Manchester, New Hampshire (25%); Lititz, Pennsylvania (13%); and Huntington Beach, California (4%), and is expected to be completed by December 2026. Fiscal 2020 other procurement (Navy) $2,200,000 funding will be obligated at time of 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 two offers received. The Naval Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity (N00253-20-D-0002). Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels & Daniels Construction Co., Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military & Federal Construction Co., Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. The work to be performed provides for general construction services including new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. After award of this modification, the total maximum dollar value for all six contracts combined will be $429,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by September 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded firm-fixed-price task order N62473-21-F-4212 at $53,611,262 under a multiple award construction contract for design and construction of a mess hall and consolidated warehouse at Marine Corps Base Camp Pendleton (MCBCP), California. Work will be performed in MCBCP, California, and is expected to be completed by February 2025. The work to be performed provides for constructing a dining facility and a consolidated regimental supply warehouse and the project includes cybersecurity features, paving and site improvements including parking areas, roadways, curbs, gutters, sidewalks, landscaping, trash enclosures and signs. Demolition includes the removal of nine buildings. Fiscal 2020 military construction (Navy) contract funds in the amount of $53,611,262 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5858). BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $24,681,208 cost-plus-award-fee modification to exercise an option on previously awarded contract N00024-20-C-2320 for the accomplishment of post shakedown availability (PSA). The PSA is for one Freedom variant Littoral Combat Ship. Work will be performed in Mayport, Florida, and is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) ($942,895; 57%); and 2019 shipbuilding and conversion (Navy) ($711,306; 43%) funding will be obligated at the 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. CACI Inc.-Federal, Chantilly, Virginia, is awarded a $20,317,601 cost-plus-fixed-fee contract action in support of acquisition and integrated logistics for the Program Executive Office (PEO), Integrated Warfare Systems (IWS), Front Office (FO). Tasking includes support to the broad areas of acquisition and integrated logistics for the current and future programs and their variants assigned to PEO IWS. Support includes the development and management of cross-program and cross-organization policies and practices for the full range of acquisition and integrated logistics support (ILS). The tasking is integral to the execution of legacy, current and future integrated combat systems, above water sensors, surface ship weapons, air and missile defense systems, undersea warfare systems, command and control systems, unmanned vehicles, navigation systems and human systems integration, as well as training, open architecture, interoperability and joint and coalition initiatives. Tasking includes professional support to PEO IWS FO and IWS directorates for acquisition support and ILS. Work will be performed at the Washington Navy Yard, Washington, D.C. Work is expected to be completed on April 30, 2021. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $3,003,490 (33%); fiscal 2021 other procurement (Navy) funds in the amount of $3,036,21 (34%); fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,045,541 (12%); fiscal 2020 research development test and evaluation funds in the amount of $1,556,168 (17%); and Foreign Military Sales funds in the amount of $378,842 (4%) will be obligated at time of award and will expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-21-C-B002). Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4021 at $12,849,000 under a multiple award construction contract for constructing an annex and renovating Building 4100H at Joint Base Pearl Harbor-Hickam, Hawaii. The annex work to be performed provides for constructing a two-story annex to Building 4100H and the work includes foundations, concrete beams, slabs, walls and footings; metal decking and roofing; and mechanical, electrical and communications management systems. The renovation work includes reconfiguring the interior and includes renovation of restroom spaces, replacing all interior finishes throughout the building to include new flooring, ceiling systems and painting interior walls and upgrading the electrical systems. The task order also contains two line items, which, if awarded, would increase cumulative task order value to $13,870,618. Work will be performed in Oahu, Hawaii, and is expected to be completed by July 2022. Fiscal 2018 military construction (Air Force Reserve) contracts funds in the amount of $8,552,000 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Air Force Reserve) contract funds in the amount of $4,297,000 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4003). Viasat Inc., Duluth, Georgia, is awarded a $10,882,119 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides technical support, non-warranty hardware repair or replacement, obsolescence management, on-site maintenance, preventative maintenance, spare parts and replacement pedestals in support of the pedestal improvement project for the Atlantic Test Range Aircraft Signature and Avionics Measurement branch. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 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 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 (N00421-21-D-0012). Alan Shintani Inc.,* Waipahu, Hawaii, is awarded firm-fixed-price task order N62478-21-F-4042 at $8,964,485 under a multiple award construction contract for a Navigation, Seamanship and Shiphandling Trainer (NSST) at Ford Island, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for the construction of an NSST and its supporting complement of rooms within an existing hangar building and includes electrical, mechanical, architectural, control system and fire protection work. The task order also contains one line item, which if awarded, would increase the cumulative task order value to $9,040,255. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,964,485 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4028). AIR FORCE Raytheon Co., Largo, Florida, has been awarded a ceiling of $611,500,000, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable-no-fee, indefinite-delivery/indefinite-quantity contract for command and control switching systems (CCSS). This contract provides electronic digital telecommunications system developed for military command and control. The CCSS is the key component of the Defense Red Switch Network, enabling secure and non-secure voice and data telecommunications at multiple levels, large scale voice conferencing capabilities and is inter-operable with other secure devices. CCSS switches are accredited by the Defense Intelligence Agency for top secret/sensitive compartmentalized information multi-level security. The life-cycle logistics support for operational CCSS provide program management, product configuration management, data management, quality control and assurance, contractor logistics support, spare parts replenishment and management, hardware and software support and engineering and technical services. Work will be performed at multiple government facilities and is expected to be completed by Dec. 31, 2032. This award is the result of a sole-source acquisition. Fiscal 2020 operation and maintenance funds in the amount of at least $452,034 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8218-20-D-0001). The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $300,000,000 bilateral modification (P00006) to contract FA8819-18-D-0009 for additional engineering support services, systems engineering for complex systems, specialized research and development and other support functions. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $186,000,000 to $486,000,000. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed May 10, 2025. The total ceiling of the contract is $486,000,000. Fiscals 2017, 2018, 2019, 2020 and 2021 research, development, test and evaluation funds are being used with no funds being obligated at the time of award. The Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. Shenandoah Fleet Maintenance and Management LLC, Warrenton, Virginia, has been awarded a $9,384,408 cost-reimbursable definitive contract for Logistics Readiness Squadron/Logistics Readiness Vehicles. This contract provides 866 fleet management and analysis services and scheduled/unscheduled maintenance for approximately 639 vehicles assigned to Robins Air Force Base, Georgia, and perform roadside services within the permissible operating distance of 100 miles. Work will be performed at Robins AFB, Georgia, is expected to be completed Jan. 31, 2026. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,283,488 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-21-C-0004). (Awarded Dec. 14, 2020) DEFENSE LOGISTICS AGENCY Terma North America Inc., Warner Robins, Georgia, has been awarded a maximum $306,480,755 fixed-price, indefinite-delivery/indefinite-quantity contract for the production, repair and engineering support of various types of aircraft electronic countermeasure systems. 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 ten-year contract with no option periods. Location of performance is Georgia, with a Dec. 17, 2030, ordering period end date. Using customers are Air Force and various foreign customers. Type of appropriation is fiscal 2021 through 2031 defense working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-21-D-0003). Oro Manufacturing Co., Monroe, North Carolina, has been awarded a maximum $10,608,476 indefinite-quantity, long-term contract for aircraft seat aviation life support equipment. 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 five-year contract with no option periods. Location of performance is North Carolina, with a Nov. 29, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-21-D-0037). (Awarded Dec. 4, 2020) DEFENSE FINANCE AND ACCOUNTING SERVICE Ernst & Young LLP, Washington, D.C., is being awarded a labor-hour contract option with a maximum value of $33,128,772 for audit services of the Department of the Air Force General Fund and Working Capital Fund financial statements and examination. Work will be performed in Washington, D.C., with an expected completion date of Dec 31, 2021. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $125,830,971. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $33,128,772 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0148). KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $12,097,714 for audit services of the U.S. Army Corps of Engineers (USACE) Civil Works (CW) and Sub-allotted Funds financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Dec. 31, 2021. This contract is the result of a competitive acquisition for which three quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820. This award brings the total cumulative value of the contract to $45,358,627. Fiscal 2021 USACE CW revolving funds in the amount of $12,097,714 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2450931/source/GovDelivery/

Toutes les nouvelles