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

Contract Awards by US Department of Defense - June 23, 2020

DEFENSE LOGISTICS AGENCY

Steris Corp., Mentor, Ohio, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 41 offers received. This is a five-year base contract with one five-year option period. Location of performance is Ohio, with a June 22, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0008).

Thales Defense & Security Inc., Clarksburg, Maryland, has been awarded a maximum $81,800,432 firm-fixed-price contract for Airborne Low Frequency Sonar 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 five-year one-month contract with no option periods. Location of performance is Maryland, with a July 30, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-Y043).

Simmonds Precision Sensors & Integrated Systems, Vergennes, Vermont, has been awarded a maximum $9,052,524 firm-fixed-price contract for vehicle flight system management 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 two-year one-month contract with no option periods. Location of performance is Vermont, with a July 30, 2022, performance completion date. Using customers are Navy and Danish military forces. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds and Foreign Military Sales. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-E-F02).

NAVY

Jacobs/B&V JV (Federal Services), Honolulu, Hawaii, is awarded $85,000,000 for an indefinite-delivery/indefinite-quantity contract with a maximum amount of $85,000,000 for architect-engineer services for various projects primarily under the cognizance of Naval Facilities Engineering Command (NAVFAC), Hawaii. Work will be performed at various Navy, Marine Corp and other government facilities within the NAVFAC Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%). The work to be performed provides for architect-engineer services to include, but are not limited to, utility projects; the execution and delivery of military construction (MILCON) project documentation; functional analysis and concept development workshops, design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies, site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; furniture, fixtures and equipment packages; and post construction award services. Work is expected to be completed by June 2025, and the term of the contract is not to exceed 60 months. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds for the minimum guarantee 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 MILCON planning and design funds. This contract was competitively procured via the beta SAM website, and four proposals were received. The Naval Facilities Engineering Command, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5036).

Lockheed Martin Corp., Liverpool, New York, is awarded a $22,433,508 modification (P00001) to firm-fixed-price order N00019-20-F-0535 against basic ordering agreement N00019-19-G-0029. This order exercises options to procure 12 retrofit advanced radar processor systems for the E-2D Advanced Hawkeye aircraft. Work will be performed in Liverpool, New York (54%); and Andover, Massachusetts (46%), and is expected to be completed by November 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $3,738,918; and fiscal 2020 aircraft procurement (Navy) funds in the amount of 18,694,590 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.

Mercury Defense Systems Inc., Cypress, California, is awarded an $11,734,623 firm-fixed-price order N68335-20-F-0243 against previously issued basic ordering agreement N683350-17-G-0017. This order provides for non-recurring engineering associated with the hardware and software design and development of the Type II Advanced Digital Radio Frequency Memories (DRFM) as well as the production and delivery of 22 DRFMs for the Navy and the Air Force under Small Business Innovation Research Topic N06-036 titled, “Advanced Techniques for Digital Radio Frequency Memories (DRFM).” Work will be performed in Cypress, California (73%); and West Caldwell, New Jersey (27%), and is expected to be completed by November 2021. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $4,800,528; fiscal 2020 research, development, test and evaluations (Navy) funds in the amount of $$4,267,136; and fiscal 2020 weapons procurement (Navy) funds in the amount of $2,666,960 will be obligated at time of award, none 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.

ARMY

Hardwire LLC,* Pocomoke, Maryland (W91CRB-20-D-0026); Leading Technology Composites Inc.,* Wichita, Kansas (W91CRB-20-D-0027); and Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-20-D-0028), will compete for each order of the $57,914,467 firm-fixed-price contract for the procurement of small arms protective inserts. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 22, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $49,621,502 firm-fixed-price contract for the purchase of the Joint Service General Purpose Mask systems and spare components. 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, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0078).

CORRECTION: The multiple award task order contract issued on April 22, 2020, listed eight contractors. In addition to them, CES-RESCON LLC,* Anchorage, Alaska (W911KB-20-D-0016), will compete for each order of the $140,000,000 firm-fixed-price contract.

AIR FORCE

Advanced Electronics Co. Ltd., Riyadh, Saudi Arabia, has been awarded a $12,374,760 firm-fixed-price and cost-reimbursable modification (P00030) to contract FA8730-16-C-0019 for the Royal Saudi Air Force (RSAF) F-15SA Cyber Protection System (CPS) and Related Facilities program. This modification provides for implementation and delivery of end-user training for the CPS for two years. The scope of this contract effort will include custom contractor-developed training and original equipment manufacturer training. This is a Foreign Military Sales (FMS) acquisition between the U.S. government and the Kingdom of Saudi Arabia. This FMS is for the total package of acquisition and fielding of 84 F-15A aircraft; the upgrade of 70 F-15SA aircraft to the F-154SA configuration; the procurement of associated equipment, weapons and spares; and the construction, refurbishment and infrastructure improvements of support facilities for the F-15SA in the Kingdom of Saudi Arabia. Work will be performed at RSAF facilities in the Kingdom of Saudi Arabia and is expected to be completed by June 1, 2022. This award is the result of a sole-source acquisition and FMS funds in the full amount will be obligated at the time of the award. Total cumulative face value of the contract is $165,863,230. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Compunetix Inc., Monroeville, Pennsylvania, has been awarded a $9,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for equipment to upgrade mission control rooms (MCR) at the Ridley Mission Control Center, the Birk Flight Test Facility and MCRs at Eglin Air Force Base, Florida. Work will be performed at Edwards AFB, California; and Eglin AFB, and is expected to be completed June 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $50,000 are being obligated at the time of award. Air Force Test Center, Edwards AFB, is the contracting activity (FA9302-20-D-0010).

The Boeing Co., Oklahoma City, Oklahoma; San Antonio, Texas; and Hamamatsu, Japan, has been awarded an $8,471,689 firm-fixed-price, cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00005) to contract FA8730-18-C-0001 for the Japan Airborne Warning and Control System (AWACS) mission computing upgrade (MCU) installation and checkout (I&CO) and Automatic Dependent Surveillance Broadcast Out (ADS-B Out). The contract modification is to upgrade its fleet of four aircraft with the ADS-B Out capability. ADS-B Out is a software and hardware update to the Raytheon APX-119 transponder that includes the addition of a Global Positioning System (GPS) card. Under the E-767 AWACS I&CO program, the GPS card is to be installed within the four aircraft and updating the three ground support facilities. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; and Hamamatsu, Japan, and is expected to be completed Dec. 23, 2023. This modification involves Foreign Military Sales (FMS) to the Japan Air Self-Defense Force. FMS funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $227,688,995. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

CORRECTION: The following contract numbers were omitted from a June 19, 2020, announcement of a multiple-award contract to provide equipment, training and product support to approximately 3,500 Air Force Special Warfare operators, as well as authorized users in support of Special Warfare mission requirements: Federal Resources, Stevensville, Maryland (FA8629-20-D-5003); W.S. Darley & Co., Itasca, Illinois (FA8629-20-D-5052); US21 Inc., Fairfax, Virginia (FA8629-20-D-5053); Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8629-20-D-5054); and Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8629-20-D-5055).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2229945/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - May 06, 2020

    7 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - May 06, 2020

    DEFENSE LOGISTICS AGENCY Intuitive Surgical Inc., Sunnyvale, California, has been awarded a maximum $420,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical robots, instruments and their related accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 105 responses received. Location of performance is California, with a May 5, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0006). Hartford Provision Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $49,473,750 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Locations of performance are Massachusetts, Rhode Island and Connecticut, with a May 6, 2024, performance completion date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3271). The Will-Burt Co., Orrville, Ohio, has been awarded a maximum $43,186,213 fixed-price long term contract for masts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Ohio, with a May 5, 2025, performance completion 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 Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0078). CORRECTION: The contract announced on April 29, 2020, for Raytheon Co., Andover, Massachusetts (SPRRA2-20-C-0023), for $13,688,190 was announced with an incorrect award date. The correct award date is May 4, 2020. NAVY Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded an $187,126,853 modification to previously awarded contract N00024-18-C-2106 to prepare and make ready for the refueling complex overhaul (RCOH) of USS John C. Stennis (CVN 74). Work will be performed in Newport News, Virginia (65%); and Norfolk, Virginia (35%). This modification will extend the period of performance for continued advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, development of cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, pre-overhaul preparations, refueling preparations and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. Work is expected to complete by January 2021. This modification constitutes the award of an existing option for an additional six months of effort. The original contract and this modification will be accomplished by Huntington Ingalls Industries Inc., Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Industries Inc. is the original building yard contractor for all ships of the CVN-68 class, the reactor plant planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the CVN 74 RCOH. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $187,126,853 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. The Boeing Co., Seattle, Washington, is awarded a $29,059,944 modification (P00172) to previously awarded firm-fixed-price contract N00019-14-C-0067 for the production and delivery of 10 P-8A A-kits, 10 turret deployment units and eight mechanism units in support of Lot 10 P-8A production aircraft. Work will be performed in Seattle, Washington (91%); and Mesa, Arizona (9%), and is expected to be complete by January 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,059,944 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. W.M. Jordan Co. Inc., Newport News, Virginia, is awarded $26,929,000 for firm-fixed-price task order N40085-20-F-5271, under a multiple award construction contract for the design-build repair and renovation of Bachelor Enlisted Quarters Building (BEQB) 3609, Joint Expeditionary Base, Little Creek-Fort Story, Virginia. Work will be performed in Virginia Beach, Virginia. The work will provide for the design and construction renovation of BEQB 3609 to meet current quality standards and facility criteria for unaccompanied housing for the Navy. The site and building will be modified to meet anti-terrorism force protection requirements. Major building systems such as plumbing, heating, ventilation, and air condition, electrical and fire protection will be replaced with new systems. Work is expected to be complete by October 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $26,929,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9089). L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $12,719,770 cost-plus-fixed-fee and cost contract for engineering services and capability development in support of the Undersea Warfare and Surface Warfare systems. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Newport, Rhode Island (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be complete by April 2021. If all options are exercised, work will continue through April 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $69,458,660. This contract combines purchases for the Navy (98%) and the government of Japan (2%) under the Foreign Military Sales (FMS) program. Fiscal 2020 research, development, test and evaluation (Navy); 2020 operations and maintenance (Navy); 2020 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $6,142,292 will be obligated at time of award. Funding in the amount of $1,191,829 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5211). The Boeing Co., Seattle, Washington, is awarded a $7,039,596 cost-plus-fixed-fee order (N00019-20-F-0647) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering for the design, fabrication and correction of deficiencies required for the delivery and installation of retrofit kits for Navy P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities. Work will be performed in Puget Sound, Washington. The P-8A ECP 6 provides a significant modification to the baseline aircraft, installing new airframe racks, radomes, antennas, sensors and wiring, while incorporating a new combat system suite with an improved computer processing and security architecture capability at the higher than secret level, a wide band satellite communication system, an anti-submarine warfare signal intelligence capability, a minotaur track management system and additional communications and acoustics systems to enhance search, detection and targeting capabilities. Work is expected to be complete by May 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,039,596 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. ARMY Stantec Consulting Services Inc., Lexington, Kentucky, was awarded a $45,000,000 firm-fixed-price contract for U.S. Army Corps of Engineers Dam Safety Modification Mandatory Center of Expertise, national dam and levee safety, and geotechnical 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 May 5, 2025. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-D-0010). Thomas Instrument Inc.,* Brookshire, Texas, was awarded an $8,788,301 firm-fixed-price contract for maintenance and overhaul of UH-60 Blackhawk helicopters. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 6, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0368). AIR FORCE Space Exploration Technologies Corp., Hawthorne, California, has been awarded an $8,904,146 firm-fixed-price modification (P00007) to contract FA8811-19-C-0004 for non-National Security Space (NSS) Fleet surveillance. This contract provides for non-NSS Fleet surveillance efforts across the Space Exploration family of launch vehicles for non-NSS missions. The location of performance is Hawthorne, California; Vandenberg, California; and Cape Canaveral Air Force Space Station, Florida. The work is expected to be completed by Nov. 8, 2020. Fiscal 2019 missile procurement funds in the amount of $2,226,037; and fiscal 2019 space procurement funds in the amount of $6,678,110 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-C-0004). AT&T Government Solutions Inc., Oakton, Virginia; and El Segundo, California, has been awarded a $8,449,798 modification (P00047) to contract FA8819-15-F-0005 for continued mission support services to the Space Force, Air Force Space and Missile Systems Center, Special Programs Directorate. Work will be performed at Los Angeles Air Force Base, California; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,976,668; fiscal 2020 operations and maintenance funds in the amount of $453,295; and fiscal 2019 Space production funds in the amount of $76,500 are being obligated at the time of award. Total cumulative face value of the contract is $54,074,819. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2178741/source/GovDelivery/

  • U.S. FCC proposes additional spectrum for drone communications

    5 janvier 2023 | International, Aérospatial, C4ISR

    U.S. FCC proposes additional spectrum for drone communications

    The U.S. Federal Communications Commission (FCC) on Wednesday proposed new rules to make licensed radio spectrum in the 5 GHz band for the rising number of unmanned aircraft systems, or drones, in use.

  • Cobham Secures DE and S Anti-Jam Satellite Signal Contract

    1 avril 2020 | International, C4ISR

    Cobham Secures DE and S Anti-Jam Satellite Signal Contract

    March 30, 2020 - Cobham Aerospace Connectivity announces that it has been awarded a contract by the UK MOD's Defence Equipment and Support (DE&S) to research Advanced Anti-Jam techniques for the protection of navigation signals received from the Global Navigation Satellite Systems (GNSS). The contract will see Cobham conduct research to develop means to provide assured and resilient Position Navigation and Timing (PNT) information derived from the GNSS multi-constellation. Cobham was best placed to address the UK MOD's needs through its extensive background in advanced antenna technology and sophisticated signal processing capabilities. The research is set against a backdrop of increasing reliance on GNSS navigation signals in the nation's critical infrastructure and national security and the frequent interruptions of the signals either accidentally or intentionally. The more sophisticated interruptions involve the falsification of the navigation signal information for nefarious reasons such as piracy, civil disruption and military advantage. The DE&S-backed research feeds into the company's goal of taking already developed Anti Jam capability and developing a miniaturized system capable of providing advanced means of protection of the navigation signals received from the GNSS multi-constellation network. The anti-jam system will combine the use of advanced Controlled Radiation Pattern Array (CRPA) antenna technology with intelligent digital signal processing techniques not only to ensure reliable and assured navigation information, but also to derive important signal intelligence and domain awareness information regarding the source and nature of the interference and the best means of mitigation. Neil Tomlinson, Vice President Sales and Business Development at Cobham Aerospace Connectivity commented: “This contract award recognises Cobham's status as a major UK provider of anti-jam systems as well as our long history and deep experience in the areas of navigation antennas and satellite connectivity. We look forward to working with DE&S in this initial phase and subsequent work on this exciting project.” Enquiries Sales Lee Benneworth Regional Sales Director lee.benneworth@cobham.com M : +44 (0) 7595 465529 Media Alex Holt Marketing alex.holt@cobham.com M: +44 (0) 7718 120 805 About Cobham Aerospace Connectivity We are innovative system integrators with a pedigree of capability in Communications, Navigation and Electronic Warfare for aerospace and defense. Through continual innovation, we are able to supply highly resilient, totally dependable systems with low through-life costs that deliver outstanding performance and value. Our air and land products include Antenna Systems, Anti-Jam GPS, Radio, Audio, and Electronic Warfare. View source version on Cobham: https://www.cobham.com/communications-and-connectivity/aerospace-connectivity/antennas-for-communication-and-navigation/news/cobham-secures-des-anti-jam-satellite-signal-contract/

Toutes les nouvelles