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

Contract Awards by US Department of Defense - June 22, 2020

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded an $869,043,785 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-2117. This modification includes continued design completion, engineering work, affordability studies and design support efforts for the Columbia Class fleet ballistic missile submarines (SSBNs). Work will be performed in Groton, Connecticut (41%); Quonset Point, Rhode Island (14%); and Newport News, Virginia (2%), with other efforts performed at various sites throughout the U.S. (43%). This modification also includes submarine industrial base development and expansion efforts as part of the integrated enterprise plan and multi program material procurement supporting Columbia SSBNs and the nuclear shipbuilding enterprise (Virginia class and Ford class). The contract modification also provides additional United Kingdom (U.K.) Strategic Weapon Support System kit manufacturing and effort to support expansion of the domestic missile tube industrial base. Specific effort includes design completion associated with the SSBN 827 technical variance documentation; non-recurring design effort for scope changes between the SSBN 826 and SSBN 827; design for affordability; lead ship component development lead yard support; follow ship lead yard support; and implementation of enhanced cyber security measures. Further, the action includes U.K. Strategic Weapon Support System kit manufacturing; expansion of the domestic missile tube industrial base; and submarine industrial base supplier development efforts. The submarine industrial base development and expansion efforts improve sub-tier vendor stability and gains economic efficiencies based on production economies for major components. The nuclear shipbuilding industrial base continues to ramp up production capability to support the increased demand associated with the Navy's Force Structure Assessment. Improved capacity at the sub-tier vendors reduces risk across nuclear shipbuilding programs. The contract modification includes a fully priced option for the construction of SSBN 826 and SSBN 827, associated design and engineering support. For SSBN 827, the modification covers advance procurement, advance construction and subsequent fiscal 2024 construction of SSBN 827. This option is required to support October 2020 construction start of the SSBN 826. If the option is exercised, the cumulative value of this contract will increase to $9,473,511,245. Work is expected to be complete by December 2031. The industrial base development work is for the furtherance of the fiscal 2020 National Defense Authorization Act (Public Law 116-92) and the Consolidated Appropriations Act 2020 (Public Law 116-93), which authorized and appropriated additional funds for submarine industrial base development and expansion to ensure second and third-tier contractors are able to meet increased production requirements. This is a joint U.S. and U.K. program; U.S. fiscal 2020 national sea-based deterrence funds in the amount of $31,903,052 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.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $26,866,441 firm-fixed-price contract that procures two MQ-9A Reaper unmanned air systems (UAS); one dual control mobile ground control station; one modular data center; and one mobile ground control station for Group 5 UAS intelligence, surveillance and reconnaissance services/persistent strike efforts. Work will be performed in Yuma, Arizona (40%); and various locations outside the continental U.S. (60%), and is expected to be complete by December 2020. Fiscal 2020 aircraft procurement (Navy) funds for $26,866,441 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0031). (Awarded June 19, 2020)

Alabama Shipyard LLC, Mobile, Alabama, is awarded a $23,752,381, firm-fixed-price contract for a 96-calendar day shipyard availability for the regular overhaul and dry docking of the USSN Ship Supply (T-AOE 6). Work will be performed in Mobile, Alabama, and is expected to be complete by November 2020. This contract includes one base period and 10 options which, if exercised, would bring the cumulative value of this contract to $26,361,776. Working capital funds (Navy) in the amount of $23,752,381 are obligated for fiscal 2020 and 2021, and will not expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website, and one offer was received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205).

Pacific Maritime Industries,* San Diego, California (N00244-20-D-0005); Marine & Restaurant Fabricators,* San Diego, California (N00244-20-D-0006); and JPL Habitability,* National City, California (N00244-20-D-0007), are awarded an estimated $23,192,490 for multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide shipboard furniture supplies to renovate spaces onboard Navy ships. Work will be performed at all three contractor locations San Diego, California; and National City, California (collectively 70% as breakdown cannot be determined at this time); and Naval Base San Diego, San Diego, California (30%). Incidental services involve preparation of spaces and installation. Related tasks may include, but are not limited to, overheads, decks, bulkheads, furniture, rearrangements, new arrangements, fabrication of shipboard furniture and food service items, installation and removals, etc. The contract will include a one-year base period and two one-year option periods and the total value of this contract will have a ceiling price of $23,192,490, if exercised. The ordering period of the contract is expected to be complete by June 2021; if all options are exercised, the ordering period will be complete by June 2023. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,500 will be obligated ($17,500 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. Delivery orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a total small business set-aside requirement with three offers received. The Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $12,522,521 firm-fixed-price, cost-plus-fixed-fee order (N61340-20-F-0096) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering in support of establishing a functional configuration baseline in support of the production and delivery of Automatic Dependent Surveillance-Broadcast Out (ADS-B Out) A-kits and B-kits for the T-45 Training System. Work will be performed in St. Louis, Missouri (97%); Mesa, Arizona (1%); and various locations within the continental U.S. (2%). This order provides for the procurement of B-kits, to include air data computers and A-kits, which consist of associated wiring, splitters and filters and spares. This order also provides kit integration, follow-on analysis and engineering in support of issues that may arise during kit production and installation. Work is expected to be complete by January 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,109,441; fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,516,503; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,387,476 will be obligated at time of award; $7,109,441 will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded June 19, 2020)

FGS LLC, LaPlata, Maryland, is awarded a $9,760,698 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures network video teleconference equipment for the integrated command control and intelligence divisions integration of specialized network video teleconference systems in support of the command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance missions of the Joint Staff and combatant commanders, Department of Defense agencies and services, and Department of Homeland Security operational and support components. Work will be performed in LaPlata, Maryland, and is expected to be complete by June 2022. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0029).

Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $9,738,679 cost-plus-fixed-fee order (N68335-20-F-0349) against previously issued basic ordering agreement N68335-19-G-0036. This order provides for continued research and development efforts under Small Business Innovation Research topic N171-012, titled “Transition of Mission Planning Software to a Next Generation Component Based, Open Architecture using Advanced Refactoring Technology;” topic N07-137, titled “Artifact Assessment Tool Suite Infrastructure;” and topic N171-049, titled “Cyber Resiliency via Virtualization for Combat System.” Work will be performed in Huntsville, Alabama (58%); Mt. Laurel, New Jersey (20%); Arlington, Virginia (20%); and Fall River, Massachusetts (2%). This order provides further research and development of the Next-Generation Open Architecture (NGOA) Mission Planning System. The NGOA Mission Planning System includes a combat management system architecture that enables rapid software changes and fleet fielding, and an artificial intelligence/machine learning based dynamic mission planning capability that spans fleet-level and individual platform-level planning. Work is expected to be complete by June 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds for $9,403,719 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $9,000,000 modification (P00004) to firm-fixed-price order N00019-19-F-2963 against previously issued basic ordering agreement N00019-16-G-0001. This modification procures research and development support for airworthiness assessment activities associated with wing stores and configurations to be analyzed with the Wideband Satellite Communication radome for P-8A airworthiness certification and flight tests for the Navy and government of Australia. Work will be performed in Seattle, Washington (85%); and Patuxent River, Maryland (15%), and is expected to be complete by September 2021. Fiscal 2020 research, development, test, and evaluation (Navy) funds for $500,000; and foreign cooperative project funds for $3,000,000 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.

Northrop Grumman Systems Corp., Bethpage, New York, is awarded an $8,902,824 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-6311 for basic outfitting assembly (BOA) installation labor and BOA installation labor other direct costs to support the Littoral Combat Ship (LCS) Mission Modules Program. Work will be performed in Port Hueneme, California (80%); and Bethpage, New York (20%). The LCS Mission Modules Program provides the fleet with sets of mission capabilities that are packaged as mission modules and combined into mission packages to maximize the affordability for the utility of LCS sea frames. Each mission module makes use of common support containers whose designs are based upon an International Organization for Standardization-compliant base shipping container. The “base” container is built to print with adjustable interior rails that can be reconfigured for a variety of applications. Work is expected to be complete by June 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $199,400 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

Lincoln Public School, Lincoln, Massachusetts, is being awarded an $85,722,108 firm-fixed-price contract for comprehensive educational program services for Pre-K-grade 12 and special education services. The place of performance will be at Hanscom Air Force Base, Massachusetts. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $15,909,600 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0005).

Caesar Rodney School District, Camden-Wyoming, Delaware, is being awarded a $54,322,239 firm-fixed-price contract for comprehensive educational program services for K-grade 12 and special education services. The place of performance will be at Dover Air Force Base, Delaware. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $9,844,731 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0003).

ARMY

VisionCorps, Lancaster, Pennsylvania, was awarded a $24,381,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 18, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0009).

The University of Maine System, Orono, Maine, was awarded a $19,915,332 cost-no-fee contract for expeditionary maneuver support materials and structures. Bids were solicited via the internet with one received. Work will be performed in Orono, Maine, with an estimated completion date of June 22, 2025. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $3,215,332 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0053).

Inovio Pharmaceuticals Inc.,* Plymouth Meeting, Pennsylvania, was awarded a $16,570,397 firm-fixed-price contract for 900 CELLECTRA 2000 DNA vaccine injection devices. Bids were solicited via the internet with one received. Work will be performed in Plymouth Meeting, Pennsylvania, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 defense emergency response funds in the amount of $16,570,397 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0084). (Awarded June 19, 2020)

Airborne Systems North America of California Inc., Santa Ana, California, was awarded a $13,231,241 firm-fixed-price contract for spare components for the RA-1 Parachute System. 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 22, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0076).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $10,564,760 modification (P00097) to contract W56HZV-15-C-0095 for field service representatives to provide maintenance to Joint Light Tactical Vehicles during an exercise being conducted by the United Kingdom Ministry of Defense. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2023. Fiscal 2020 Foreign Military Sales (United Kingdom) funds in the amount of $10,564,760 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Winston-Salem Industries For The Blind Inc., Winston-Salem, North Carolina, was awarded an $8,127,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension Systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 21, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0010).

CORRECTION: A $7,985,880 contract modification announced on June 18, 2020, to DRS Sustainment Systems Inc., St. Louis, Missouri (W56HZV-16-C-0028), for seven Joint Assault Bridge Systems, incorrectly included an estimated completion date of May 11, 2024. The estimated completion date is actually Dec. 30, 2021.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2228273/source/GovDelivery/

Sur le même sujet

  • Space Force releases plan for testing satellites, ground systems

    13 mai 2022 | International, Aérospatial

    Space Force releases plan for testing satellites, ground systems

    The Space Force signed off on the new test enterprise vision in March, which calls for an integrated test force and a more robust space test and training range infrastructure.

  • Contract Awards by US Department of Defense - July 22, 2020

    23 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 22, 2020

    AIR FORCE AECOM Management Services Inc., Germantown, Maryland (FA3002-20-D-0012); AKIMA Logistics Services LLC, Herndon, Virginia (FA3002-20-D-0013); DynCorp International LLC, Fort Worth, Texas (FA3002-20-D0010); Jacobs Technology Inc., Fort Walton Beach, Florida (FA3022-20-D-0014); Leidos Inc., Reston, Virginia (FA3002-20-D-0011); M1 Support Services LP, Denton, Texas (FA3002-20-D-0015); PAE Services LLC, Arlington, Virginia (FA3002-20-D-0016); and Vertex Aerospace LLC, Madison, Missouri (FA3002-20-D-0017), have been awarded a maximum $14,000,000,000 multiple-award, indefinite-delivery/indefinite-quantity (IDIQ) contract for Aircraft Maintenance Enterprise Solution -- a strategic sourcing vehicle for Air Force-wide contracted aircraft maintenance. The contractors will provide all organizational-level maintenance services for all aircraft listed in each individual task order performance work statement, which can include any aircraft platform (excluding rotary wing, tiltrotor and remotely piloted aircraft). Because this is an IDIQ, the location of performance is not known at this time and will be cited on individual task orders. Generally, work will be performed at government facilities and is expected to be completed Sept. 14, 2030. This award is the result of a competitive acquisition with 19 offers received. No funds are being obligated at the time of award. The Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-R-A001). DynCorp International LLC, Fort Worth, Texas, has been awarded a $17,760,615 modification (P00004) to contract FA3002-19-D-A004 to increase the ceiling for the firm-fixed-price, indefinite-delivery/indefinite-quantity contract for J85 engine maintenance. This contract provides for managing the full cycle of production by planning, scheduling, directing and controlling all maintenance on jet engines and support equipment, as well as monitoring serviceable base stock levels and target serviceable requirements of each customer. Work will be performed at Laughlin Air Force Base, Texas, and is expected to be completed Sept. 30, 2020. No funds are being obligated at the time of award. This award is the result of a sole-source acquisition. The Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $16,284,463 cost-plus-award-fee undefinitized task order under the ground subsystems sustainment contract (FA8214-15-D-0001) for the Minuteman III general sustainment. Work will be performed in Layton, Utah, and is expected to be completed Aug. 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $8,142,232 are being obligated at the time of award of the base period. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-20-F-0082). Advantor IDS Inc., Orlando, Florida, has been awarded a $9,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for intrusion detection system (IDS) supplies and ancillary services. The contractor shall provide all supplies (hardware) and complete all installation of all IDS and test operations. Work will be performed at Edwards Air Force Base, California, and is expected to be completed July 16, 2025. This award is the result of sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $237,456 are being obligated at the time of award. The Directorate of Contracting, Edwards AFB, California, is the contracting activity. CORRECTION: The contract announced on July 20, 2020, to BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, for the Instrumentation Range Support Program, has not yet been awarded. CORRECTION: The contract announced on July 20, 2020, to six firms for design-build construction efforts at Fairchild Air Force Base, Washington, included an incorrect location for RORE Inc. (FA4620-20-0009). The firm is actually located in Gig Harbor, Washington. ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $702,881,910 modification (P00042) to contract W31P4Q-18-C-0130 for procurement of Hellfire missiles. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. Fiscal 2010, 2011, 2018, 2019 and 2020 other procurement (Army) funds in the amount of $702,754,471 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Southwest Valley Constructors, Albuquerque, New Mexico, was awarded a $24,577,981 modification (P00016) to contract W912PL-19-C-0015 to design and construct approximately 31.65 miles of three-phase power distribution, lighting, closed-circuit television camera, linear ground detection system and shelters for the Barrier Wall Project. Work will be performed in Lukeville, Arizona, with an estimated completion date of Sept. 7, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $24,577,981 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Agile Infrastructure Services LLC,* Pinehurst, Idaho, was awarded a $13,000,000 modification (P00010) to contract W9124C-15-D-0005 for construction, repair and maintenance of installation facilities on Fort Jackson, South Carolina. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 17, 2020. U.S. Army 419th Contracting Support Brigade, Fort Jackson, South Carolina, is the contracting activity. (Awarded July 15, 2020) Joseph B. Fay Co., Pittsburgh, Pennsylvania, was awarded a $12,938,950 firm-fixed-price contract for the repair and rehabilitation of the gate hoist machinery and the performance of control-system upgrades at the Montgomery Locks and Dam. Bids were solicited via the internet with three received. Work will be performed in Monaca, Pennsylvania, with an estimated completion date of Oct. 10, 2022. Fiscal 2019 and 2020 civil operations and maintenance funds in the amount of $12,938,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-20-C-8002). DEFENSE THREAT REDUCTION AGENCY L3 Applied Technologies Inc., a subsidiary of L3Harris Technologies Inc., San Leandro, California, will be awarded a $73,752,927 cost-plus-fixed-fee contract (with one firm-fixed-price line item for long lead time materials) for X-ray simulators for test and evaluation of nuclear survivability. Work will be performed at the contractor's location in San Leandro, California, and is expected to be completed by May 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,827,342 will be obligated at the time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-20-C-0038). NAVY Crowley Government Services, Jacksonville, Florida, is awarded a $24,070,898 firm-fixed-price contract with reimbursable elements extension to continue the operation and maintenance of five T-AGOS ocean surveillance ships and two T-AGM missile range instrumentation ships. This extension includes one six-month base and two six-month option periods which, if exercised, will bring the cumulative value of this contract to $450,127,044. Work will be performed at sea worldwide. The following ships will be worked on: USNS Victorious T-AGOS 19; USNS Able T-AGOS 20; USNS Effective T-AGOS 21; USNS Loyal T-AGOS 22; USNS Impeccable T-AGOS 23; USNS Invincible T-AGM 24; and the USNS Howard T-AGM 25. Work is expected to be completed by January 2021. Navy working capital funds in the amount of $24,070,898 are obligated for fiscal 2020 and fiscal 2021 and will not expire at the end of the fiscal year. This contract extension was not competitively procured. The contract was prepared under the provisions of 10 U.S. Code §2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii). There is only one responsible source and no other supplies or services will satisfy agency requirements. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-2505). S&S Concrete Construction,* Leesburg, Georgia, is awarded a $10,000,000 maximum amount, indefinite-delivery/indefinite-quantity construction contract for asphalt paving and minor concrete work at Marine Corps Logistics Base, Albany, Georgia. No task orders are being issued at this time. The work will be performed in Albany, Georgia. The term of the contract is not to exceed 60 months and work is expected to be completed by September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website and eight bids were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0101). National Steel and Shipbuilding Co., San Diego, California, is awarded a $10,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4404 for USS Bonhomme Richard (LHD-6) emergency firefighting support, dewatering, safety and initial clean-up efforts. Work will be performed in San Diego, California, and is expected to be completed by November 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,700,000 was obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,634,002 firm-fixed-price modification to previously awarded contract N00024-14-C-5106 for the production and delivery of AEGIS weapon system MK 6 MOD 1 spares for new construction and AEGIS modernization guided missile destroyers. Work will be performed in Clearwater, Florida (90%); and Moorestown, New Jersey (10%), and is expected to be completed by April 2022. Fiscal 2020 other procurement (Navy); and 2018 shipbuilding and conversion (Navy) funding in the amount of $7,634,002 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. Patriot Construction Co., Dunkirk, Maryland, is awarded a $7,173,707 firm-fixed-price contract for construction of training facilities at Marine Corps Base (MCB), Camp Lejeune, North Carolina. Work will be performed in Camp Lejeune, North Carolina. The work to be performed is for the construction of Special Operations Forces Human Performance Training Facilities, miscellaneous supporting structures, modifications to buildings RR-136 and RR-136A, utilities, parking, roadways and site work. The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits, translucent wall panels and mezzanines. Special construction features include soil surcharge loads and storm water best management practices. Electrical systems include primary power distribution; lighting; energy monitoring/control systems; intrusion detection system; telephone/data and switch/server rooms; electrical switch gear; transformers; circuits; and fire alarms. Mechanical systems include plumbing; fire protection; compressed air; dehumidification; air conditioning systems; a chiller yard; and digital controls. Information systems include telephone, data, local area network, mass notification and intercom. Site work will include building utility systems; traffic control; parking; domestic water; fire protection water; sanitary sewer; sewage conveyance; propane gas networks; perimeter security fencing; gates; storm water; management; fiber/copper communications; cable television; and area lighting. Construction includes sustainable features complying with high performance sustainable building guiding principles. Work is expected to be completed by February 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $7,173,707 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website and three proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0142). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2283344/source/GovDelivery/

  • CISA Flags Critical Ivanti vTM Vulnerability Amid Active Exploitation Concerns

    25 septembre 2024 | International, C4ISR, Sécurité

    CISA Flags Critical Ivanti vTM Vulnerability Amid Active Exploitation Concerns

    CISA adds Ivanti vTM flaw CVE-2024-7593 to Known Exploited Vulnerabilities list, urging swift remediation.

Toutes les nouvelles