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

Contract Awards by US Department of Defense - June 24, 2019

ARMY

TCOM L.P., Columbia, Maryland, was awarded a $978,946,631 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for the Persistent Surveillance Systems - Tethered engineering, logistics, operations and program management support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0020).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $561,802,200 hybrid (cost-plus-fixed-fee and fixed-price-incentive) foreign military sales (Bahrain, Poland and Romania) contract for production of Army tactical missile guided missile and launching assembly service life extension program production 3. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas; Camden, Arizona; Boulder, Colorado; Clearwater, Florida; St. Louis, Missouri; Lufkin, Texas; Windsor Locks, Connecticut; and Williston, Vermont, with an estimated completion date of June 30, 2022. Fiscal 2018 and 2019 missile procurement, Army and foreign military sales funds in the combined amount of $561,802,200 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0092).

Donjon Marine, Hillside, New Jersey, was awarded a $12,170,000 firm-fixed-price contract for maintenance dredging of portions of the Newark Bay, New Jersey Federal Navigation Project. Bids were solicited via the internet with three received. Work will be performed in Newark, New Jersey, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 civil works funds in the amount of $12,170,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0013).

DEFENSE LOGISTICS AGENCY

Texas Power & Associates,* Palm Harbor, Florida (SPE8EG-19-D-0117); Atlantic Diving Supply, doing business as ADS,* Virginia Beach, Virginia (SPE8EG-19-D-0112); Berger/Cummins, Washington, District of Columbia (SPE8EG-19-D-0113); Caterpillar Defense, Peoria, Illinois (SPE8EG-19-D-0114); Inglett & Stubbs International, Atlanta, Georgia (SPE8EG-19-D-0115); and QGSI-USA Emergency Power, Houston, Texas (SPE8EG-19-D-0116), are sharing a maximum $900,000,0000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-18-R-0007 for generators. This was a competitive acquisition with eight offers received. These are five-year contracts with no option periods. Locations of performance are Florida, Virginia, Washington, District of Columbia, Illinois, Georgia and Texas, with a June 19, 2024, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Welch Allyn Inc., Skaneateles Falls, New York, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is New York, with a June 24, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0019).

Hamilton Sundstrand, Windsor Locks, Connecticut, is to be awarded a $16,532,250 firm-fixed price contract for helicopter flight control computers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Arizona. Using military service is the Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRPA1-13-G-001X/SPRRA1-19-F-0329).

NAVY

L3 Technologies Inc., Northampton, Massachusetts, is awarded a $73,743,347 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost-reimbursement and firm-fixed-price provisions. This contract provides for depot-level repair, upgrade and overhaul services for submarine photonics mast programs. Work will be performed in Northampton, Massachusetts (98%), and at various places in the U.S. below one percent (2%) and is expected to be completed by June 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $2,146,169 will be obligated on the first delivery order at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-G900).

Katmai Integrated Solutions LLC,* Anchorage, Alaska, is awarded a contract ceiling $21,625,000 indefinite-delivery/indefinite-quantity contract with a three year ordering period to provide subject matter support services for Immersive Training Range Support (ITRS) . Work will be performed at Camp Lejeune, North Carolina (40%), Camp Pendleton, California (40%), and Marine Corps Base, Hawaii (20%), and work is expected to be completed June 24, 2022. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $4,877,737 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7835).

Advanced Solutions Inc., Washington, District of Columbia, was awarded $16,863,635 for firm-fixed-price modification to a previously awarded task order N00039-18-F-0069 issued against Blanket Purchase Agreement N00104-08-A-ZF42 and the underlying a multiple award schedule in support of Navy Enterprise Resource Planning. This modification exercises an option for cloud and integration support services. Work will be performed in Loudon, Virginia (50%) and Mechanicsburg, Pennsylvania (50%) and is expected to be completed in June 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $16,863,635 will be obligated at the time of the award, which will expire at the end of the current fiscal year. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. (Awarded June 20, 2019)

AIR FORCE

Concentric Security LLC, Sykesville, Maryland (FA8003-19-D-A001); Nasatka Barrier Inc., Clinton, Maryland, (FA8003-19-D-A002); Cherokee Nation Security & Defense LLC., Tulsa, Oklahoma, (FA8003-19-D-A003); and Perimeter Security Partners LLC., Nashville, Tennessee (FA8003-19-D-A004) have been awarded a $45,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for vehicle barriers maintenance and repair services. This contract provides for all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for Air Force vehicle barrier systems. Work will be performed at all Contiguous United States (CONUS) (excluding Alaska and Hawaii) active duty Air Force installations and is expected to be completed by June 23, 2024. These awards are the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,000 ($1,000 per awardee) are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio is the contracting activity.

Weldin Construction LLC, Palmer, Alaska, has been awarded a $35,000,000 ceiling increase modification (P00004) to previously awarded contract FA4861-17-D-A200 for simplified acquisition of base engineering requirements. This modification will increase the contract value from $35,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada and Creech Air Force Base, Nevada, and is expected to be completed by Dec. 2021. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Leidos Inc., Reston, Virginia, was awarded a modification to exercise an option totaling $8,825,457 to previously awarded contract HR0011-18-C-0127 for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $13,204,195. Work will be performed in Arlington, Virginia; San Diego, California; and King of Prussia, Pennsylvania, with an expected completion date of September 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,600,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1885753/source/GovDelivery/

Sur le même sujet

  • Collins Aerospace gets sixth order from U.S. Army for production of next-generation Manpack radios

    26 juillet 2019 | International, Aérospatial

    Collins Aerospace gets sixth order from U.S. Army for production of next-generation Manpack radios

    CEDAR RAPIDS, Iowa (July 23, 2019) – Collins Aerospace Systems, a unit of United Technologies Corp. (NYSE: UTX), has received its sixth order from the U.S. Army to provide PRC-162 software-defined ground radios for the Handheld, Manpack and Small Form Factor (HMS) program. This sixth order was issued under a multiple award contract that the Army awarded to Rockwell Collins and two other companies in 2016. The contract, which has a $12.7 billion maximum firm-fixed-price with an estimated completion date of March 2026, moves the Army another step closer toward modernizing communications on the battlefield. The PRC-162 is a two-channel ground radio, both man-portable and vehicle-mountable, that will enable the Army to tap into next-generation communications capabilities such as the Department of Defense's new Mobile User Objective System (MUOS) while maintaining interoperability with legacy waveforms. An open-architecture design also allows for software-upgradeable capabilities in the future. “Success in today's multi-domain battlespace depends heavily on secure and reliable communications,” said Phil Jasper, president, Mission Systems for Collins Aerospace. “We've applied decades of proven experience in airborne communications to provide the Army with a next-generation ground radio that will give troops a heightened level of situational awareness and a tactical advantage.” The PRC-162 is a part of Collins Aerospace's TruNet™ networked communications family of products, which includes ground and airborne radios, advanced networking waveforms, applications, and support and services that enable ground and airborne elements to exchange critical data, images, voice and video in real time. https://www.epicos.com/article/449255/collins-aerospace-gets-sixth-order-us-army-production-next-generation-manpack-radios

  • Number of Foreign Companies Within Defense Supply Chain Grew Over Past Decade, Report Says

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

    Number of Foreign Companies Within Defense Supply Chain Grew Over Past Decade, Report Says

    Reliance on foreign suppliers in the defense industrial base rose—notably in packaged software and IT services—even as calls for reshoring increase, according to a new report. Reshoring the defense supply chain may reduce national security risks, but a new report detailing a heavy dependency on goods and services from foreign countries like China shows reshoring may be easier said than done. Researchers at Govini, a decision science company supporting the defense industry, analyzed data from over 1,000 Defense Department vendors across 100 industries to show how supply chain reliance on products from foreign countries has increased over the past decade. According to the survey, the number of Chinese suppliers in DOD's base increased by a total of 420% since 2010. For cyber and information technology, two statistics stick out. The share of companies based in foreign nations in the supply chain grew the most in the packaged software and IT services between 2010 and 2019. Companies based in foreign countries made up 3% of the packaged software supplier base in 2010. That number rose to 7% in 2019. The numbers are similar for IT services: Companies based in foreign countries made up 3% of the IT services supplier base in 2010 and 7% in 2019. Tara Murphy Dougherty, CEO of Govini, told Nextgov increasing adoption of IT infrastructure is critical for the Defense Department, particularly as COVID-19 forced the agency's workforce into mass telework. But that means it is imperative DOD addresses supply chain concerns for information and communications technology. Murphy Dougherty said these two investment areas are only going to continue to grow, which means the department needs to act to clearly define its stance on IT supply chain security. “What are you doing, other than responding to some of the legislation that we've seen come out of the Hill mandating investigation of this?” she said. “It would be great to see more options.” A key mandate from Congress related to supply chain was supposed to take effect on an interim basis Thursday. Section 889 (a)(1)(b) of the 2019 National Defense Authorization Act bans agencies from contracting with companies that do business with five Chinese firms, including Huawei and ZTE. But according to a Defense News report, the Pentagon received a temporary waiver from the Director of National Intelligence pushing back the compliance date until September 30. Defense Undersecretary for Acquisitions and Sustainment Ellen Lord said at a Professional Services Council webinar Thursday she needs feedback from industry on what's working and what's not when it comes to implementing the rule. “I know we're all aligned in that we do not want adversaries in our supply chain. We don't want further theft of intellectual property. We don't want these nefarious actions going on,” Lord said. “But how do we get the language into the contracts, how do we practice the behaviors of ensuring we understand what we have in our supply chains for telecommunications equipment? What we need to do is continue to hear from you.” It's not yet clear how the brief deadline extension will affect the implementation process. Regardless, visibility down the supply chain remains a key concern. Murphy Dougherty said there needs to be more transparency in supply chains if the industry is going to address security risks. The Govini report focuses on firms in the mid-tier of the supply chain, with less visibility than a large company like Boeing. For companies further down the supply chain, U.S.-based companies make up less than half of the supplier base, according to the report. Chinese companies make up anywhere from 5% to 9% of the supplier base in the middle to lower ranges of the supply chain. Murphy Dougherty said it's going to take time to see changes in the data. How to address the industrial base at a structural level remains an unanswered question, she said, and collaboration between DOD and industry will be critical in coming up with a new system to ensure supply chain security. “It begs the question of do we have the right models in place today and the right framework for the department to get all of the goodness and partnership it possibly can out of the American commercial economy,” Murphy Dougherty said. https://www.defenseone.com/threats/2020/08/number-foreign-companies-within-defense-supply-chain-grew-over-past-decade-report-says/167767/

  • Contract Awards by US Department of Defense - August 26, 2020

    27 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - August 26, 2020

    AIR FORCE Kellogg Brown & Root Services Inc., Houston, Texas, has been awarded a ceiling $974,000,000 indefinite-delivery/indefinite-quantity contract for U.S. Air Forces in Europe – Air Forces Africa (USAFE-AFAFRICA) base operating support. This contract provides day-to-day base operations and maintenance services throughout locations within USAFE-AFAFRICA. Work will be performed at Morón Air Base (AB), Spain; Incirlik AB, Turkey; Izmir Air Station, Turkey; Office of Defense Cooperation-Turkey; and Ankara Support Facility, Turkey, and is expected to be completed by Aug. 27, 2028. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of $10,000,000 will be obligated via the first two task orders, which will be awarded immediately after the basic contract. Air Force Installation Contracting Command, Ramstein AB, Germany, is the contracting activity (FA5641-20-D-0009). Cape Environmental Management Inc., Irvine, California, has been award a ceiling $90,300,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Base Realignment and Closure environmental construction optimization services to support the Air Force Civil Engineer Center installations directorate. This contract supports a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress, and advance sites to completion in a cost effective manner. Work will be performed at former Castle, Mather and McClellan Air Force Bases, California, and is expected to be completed by Aug. 25, 2030. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 Base Realignment and Closure funds in the amount of $1,689,937 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0002). Hamilton Enterprises LLC, Greenbelt, Maryland, has been awarded a $21,676,458 firm-fixed-price contract for third party collections program support services. The purpose of this contract is to perform other health insurance billing and collection activities for the Defense Health Agency medical treatment facilities, using a government-provided medical billing program referred to as the Government Billing Solution (GBS). Billing and collection activities include identification and verification of other health insurance (OHI) provided on the paper or electronic form DD 2569, update of collected OHI information in the GBS, direct billing of third-party payers, ongoing follow-up actions for unpaid claims to include denials management processes, posting payments, conducting valid write-offs and referral of delinquent claims. Work will be performed in Greenbelt, Maryland, and is expected to be completed by Sept. 8, 2025. Fiscal 2020 operations and maintenance funds in the amount of $4,082,860 are being obligated at the time of award. The 773rd Enterprising Sourcing Squadron/Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity (FA8052-20-F-0031). University of Connecticut, Storrs, Connecticut, has been awarded a $7,953,698 cost-reimbursement contract for research in the area of developing capabilities to predict performance of aerospace materials in the manufacturing environment as well as when subjugated to extreme thermomechanical influences. Work will be performed in Storrs, Connecticut, and is expected to be completed by Nov. 7, 2023. Fiscal 2019 research, development, test and evaluation funds in the full amount are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-5206). NAVY Mechworks Mechanical Contractors Inc.,* Beaufort, North Carolina (N40085-20-D-0076); North State Mechanical Inc.,* Jacksonville, North Carolina (N40085-20-D-0077); R&W Construction Co. Inc.,* Jacksonville, North Carolina (N40085-20-D-0078); and Siler Excavating LLC,* Clairfield, Tennessee (N40085-20-D-0079), are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for various construction projects primarily in Marine Corps Base Camp Lejeune and the surrounding area. The maximum dollar value for all four contracts combined is $240,000,000. The work to be performed provides for a range of new construction, renovation, alteration and repair for mechanical, electrical and plumbing projects. Types of buildings and facilities include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems and utility infrastructure. The contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies and transportation, to perform all of the services described in the plans and specifications for each task order. All work on this contract will be performed in Camp Lejeune, North Carolina, and the surrounding area. The term of the contract is not to exceed 60 months, with an expected completion date of August 2025. Future task orders will be primarily funded by operations and maintenance (Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $44,550,267 modification (P00005) to previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0025. This modification increases the ceiling of the contract for the production and delivery of an additional 228 H-1 Tech Refresh Mission Computers, increasing the quantity from 545 to 773 in support of domestic and Foreign Military Sales UH-1Y and AH-1Z aircraft. Work will be performed in Salt Lake City, Utah (55%); Baltimore, Maryland (25%); and Woodland Hills, California (20%), and is expected to be completed in December 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $24,036,708 firm-fixed-price contract for programmable power supply MK 179 Mod 0 production in support of the Vertical Launch System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $73,100,086. Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by June 2022. If all options are exercised, work will continue through February 2025. Fiscal 2020 shipbuilding and conversion (Navy) (67%); and fiscal 2020 other procurement (Navy) (33%) funding in the combined amount of $24,036,708 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 beta.sam.gov with three offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-C-0008). Raytheon Co., Tucson, Arizona, is awarded a $10,242,679 cost-plus-fixed-fee order (N00019-20-F-0672) against previously issued basic ordering agreement N00019-15-G-0003. This order provides non-recurring engineering in support of integration and testing of the modified Cryptographic Modernization Tactical Air Command Network 1.0 data link radio onto the air-to-ground missile 154C-1 Joint Standoff Weapon. Work will be performed in Tucson, Arizona, and is expected to be completed in August 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $10,242,679 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. S2 Corp., Bozeman, Montana, is awarded a $9,003,679 cost-plus-fixed-fee contract (N65236-20-C-8019) for a Defense Advanced Research Projects Agency (DARPA) project to prototype and demonstrate a broadband, electro-magnetic spectrum receiver system. The contract includes an 18-month base period and an 18-month option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $20,964,010. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,501,840 will be obligated at the time of award. Work will be performed in Bozeman, Montana (85%); Goleta, California (9%); Boulder, Colorado (4%); and Clarksville, Maryland (2%), and is expected to be completed in February 2022. If the option is exercised, work could continue until August 2023. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition via DARPA broad agency announcement HR0011-20-S-0005, posted on the beta.sam.gov (formerly Federal Business Opportunities) website, with 24 timely offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Lockheed Martin Corp., Fort Worth, Texas, is awarded a $7,469,472 modification (P00001) to firm-fixed-price order N00019-20-F-0022 against previously issued basic ordering agreement N00019-19-G-0008. This order exercises options to procure Intel Diminishing Manufacturing Sources parts that have reached end of life in support of the F-35 program future aircraft production and deliveries for the Air Force and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2020. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $4,987,522; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,481,950 will be obligated at time of award, all 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 Weston-ER Federal Services LLC, West Chester, Pennsylvania, was awarded an $80,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for rapid response environmental remediation services. 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 Aug. 26, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0050). Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, was awarded a $49,000,000 firm-fixed-price contract for the Cold Weather Glove System. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-D-0032). HDR Architects and Engineers P.C., Lawrenceville, New Jersey, was awarded a $15,000,000 firm-fixed-price contract to provide planning, engineering design services and consulting services in support of the planning, design and assistance during construction for a new research facility and greenhouse. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2025. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-D-0033). Helping Hands of Goodwill, Kansas City, Missouri, was awarded a $13,113,289 firm-fixed-price contract for custodial services at Fort Leavenworth, Kansas. 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 30, 2024. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W91QF4-20-D-0004). Toyal America Inc., Lockport, Illinois, was awarded a $12,715,574 firm-fixed-price contract to provide aluminum powder in support of production at McAlester Army Ammunition Plant, Oklahoma. 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 Aug. 25, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-3014). Alutiiq General Contractors, Tacoma, Washington, was awarded a $9,367,399 firm-fixed-price contract for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington. 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 Aug. 31, 2025. U.S. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W911S8-20-D-0012). DEFENSE COMMISSARY AGENCY Military Produce Group LLC, Norfolk, Virginia, is awarded a $51,205,744 requirements type contract for fresh fruits and vegetable products for various commissaries located in the U.S. and its territories. The requirements type contract is for a 24-month base period beginning Sept. 6, 2020. The requirements type contract includes three one-year option periods. If all three option periods are exercised, the requirements type contract will be completed by Aug. 30, 2025. Offers were solicited on Contract Opportunities and two offers were received. The Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity (HDEC02-20-D-0003). DEFENSE LOGISTICS AGENCY Sonosim Inc., Santa Monica, California, has been awarded a maximum $14,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 129 responses received. This is a five-year contract with no option periods. Location of performance is California, with an Aug. 25, 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-0047). Alliance Technical Services Inc.,* Norfolk, Virginia, has been awarded a maximum $10,021,402 modification (P00010) exercising the second one-year option period of a one-year base contract (SP3300-18-C-5001) with four one-year option periods for third party logistics hazmat support services. This is a firm-fixed-price, cost-reimbursement contract. Locations of performance are Virginia and Texas, with an Aug. 26, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2326327/

Toutes les nouvelles