15 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

Contract Awards by US Department of Defense - March 12, 2019

NAVY

Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a $273,053,534 cost-plus incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment. Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), and is expected to be completed by March 31, 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,631,234 will be obligated on this award. Fiscal 2019 United Kingdom Common funding in the amount of $24,369,442 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was not competitively solicited pursuant to 10 U.S. Code. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0015).

Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $84,108,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform design and development studies, technology demonstrations and engineering services for rapid technology development for the Joint Air-to-Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile and Hellfire baseline weapon systems. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,584,507 will be obligated at the 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 Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0020).

Smartronix Inc., Hollywood, Maryland, is awarded a $72,374,593 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides information management and information technology support services to sustain the analysis, design, development, integration, test, deployment and operations of information technology systems and services. This contract includes help desk, software engineering, financial and business application, server operations, application hosting, desktop, audiovisual and video teleconferencing support services. Work will be performed in China Lake, California (80 percent); and Point Mugu, California (20 percent), and is expected to be completed in March 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0027).

Ch2m Hill Inc., Englewood, Colorado, is awarded a $68,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for comprehensive long-term environmental architect-engineering services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility. The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. After award of this modification, the total cumulative contract value will be $308,000,000. Work will be performed primarily in Puerto Rico (35 percent); California (18 percent); Virginia (15 percent); Washington (12 percent), North Carolina (8 percent); Maryland (7 percent); Mississippi (3 percent); and Washington, District of Columbia (2 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by environmental restoration, (Navy). The contractor was chosen using federal acquisition regulation Part 36, Architect-Engineer Services on an unrestricted basis. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (contract number N62470-16-D-9000).

Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $64,993,500 firm-fixed-price contract for P-704 Sewer Lift Station and Relief Sewer Lines, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for two major components. The first component is a new wastewater pump station to replace existing pump station SY-001. The second component is a new gravity sewer main along South Avenue that replaces an existing gravity trunk sewer. A new pump station and gravity sewer line are required to accommodate the anticipated increase in wastewater flows from proposed shore activities within the existing pump station SY-001 collection area and to accommodate peak wet-weather flows with the required level of redundancy. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $64,993,500 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, with five proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-19-C-1515).

Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-19-D-8044); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-19-D-8045); Owens Construction Inc.,* Beaufort, North Carolina (N40085-19-D-8046); Pyramid Contracting LLC,* Irmo, South Carolina (N40085-19-D-8047); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-19-D-8048), are being awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for maintenance and repair project. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and the surrounding area. Joyce & Associates Construction Inc. is being awarded an initial task order of $498 for the head repairs at Building 1747 at Camp Lejeune, North Carolina. Work is expected to be completed by July 2019. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 operations and maintenance, (Marine Corps) (O&M,MC) contract funds in the amount of $498 are obligated on this award and will expire at the end of fiscal 2019. Future task orders will be primarily funded by O&M,MC. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These five 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.

Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer (AE) services for various fire protection projects at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC), Pacific. The work to be performed provides for architect-engineer fire protection services with associated multi-discipline architect-engineer support services. AE fire protection services include, but are not limited to, design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites, etc.; design-build request for proposal documents; design-bid-build construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by architecture/engineering firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems; post construction award services; and other miscellaneous services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-0006).

NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,981,174 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Whiting Field and outlying areas. The work to be performed to include facility investment, pest control, other (swimming pools), grounds maintenance and landscaping, pavement clearance, utilities management, electrical, wastewater, water, base support vehicles and equipment, and other related services. The maximum dollar value including the base period and seven option years is $96,721,878. Work will be performed in Milton, Florida (67 percent); and outlying areas (33 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 working capital funds (Navy); fiscal 2019 Defense Health Program; and fiscal 2019 family housing operation and maintenance (Navy) contract funds in the amount of $8,359,610 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740).

DEFENSE SECURITY SERVICE

iWorks Corp., Reston, Virginia, was awarded a $48,980,260.80 firm-fixed-price contract for the Defense Security Service (DSS) Vetting Risk Operations Center (VROC) and Consolidated Adjudications Facility (CAF) Personnel Security Support Services. The contract provides for the Personnel Security Support Services to assist in successfully executing the vetting mission for the Defense Vetting Directorate. Work will be performed at the DSS VROC office located in Hanover, Maryland; and the Department of Defense CAF office in Ft. Meade, Maryland, with an expected completion date of Feb. 4, 2024. Fiscal 2019 operations and maintenance funding in the amount of $7,310,770 are being obligated at time of award. This contract was a competitive acquisition and multiple proposals were solicited on government-wide point of entry (https://www.fbo.gov) and four proposals were received. The Defense Security Service Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-19-C-0001).

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Clearwater, Florida, has been awarded a maximum $12,788,000 firm-fixed-price contract for Inertial Navigation 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 one-year contract with one one-year option period. The option is being exercised at time of award. Location of performance is Florida, with a June 22, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0116).

Honeywell International Inc., Clearwater, Florida, has been awarded a $7,724,728 firm-fixed-price contract for Inertial Navigation Kits. This is a 22-month base contract with one one-year option period. The option was exercised at time of award. This was a competitive acquisition with one response received. Location of performance is Florida, with a Jan. 2, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0099). (Awarded March 8, 2019)

R. B. Allen Co., Inc., North Hampton, New Hampshire, has been awarded a maximum $7,531,007 requirements contract for casualty control communication systems to include technical data, training, testing, and shipping. 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 one-year base contract with four one-year option periods. Location of performance is New Hampshire, with a March 18, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy capital improvement program funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-D-0001).

UPDATE: Globe Trailer Manufacturing Inc., Bradenton, Florida (SPE8EC-19-D-0039) has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017.

ARMY

ExpFederal Inc., Chicago, Illinois, was awarded an $11,254,947 firm-fixed-price contract for electrical safety assessments, repairs program, materials management and control services for U.S. Forces-Afghanistan. Bids were solicited via the internet with 12 received. Work will be performed in Bagram, Afghanistan, with an estimated completion date of March 11, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,254,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-C-0008).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1783465/

Sur le même sujet

  • CAE et Rockwell Collins joignent leurs forces pour élaborer des solutions de formation intégrées réelles, virtuelles et constructives

    27 novembre 2017 | International, Aérospatial

    CAE et Rockwell Collins joignent leurs forces pour élaborer des solutions de formation intégrées réelles, virtuelles et constructives

    Les entreprises démontreront leurs capacités de formation réelle, virtuelle et constructive au salon I/ITSEC 2017 Orlando, Floride, États-Unis, 27 novembre 2017 - Aujourd'hui au salon I/ITSEC (Interservice/Industry Training, Simulation and Education Conference), CAE et Rockwell Collins ont annoncé un accord de collaboration pour l'élaboration de solutions de formation réelles, virtuelles et constructives. Pendant le salon I/ITSEC, CAE (kiosque 1734) et Rockwell Collins (kiosque 2201) effectueront plusieurs démonstrations d'un exercice d'entraînement aux missions utilisant des éléments de formation réels, virtuels et constructifs totalement connectés. Un réel aéronef L-29 aux capacités réelles, virtuelles et constructives exploité par le Operator Performance Laboratory de l'Université d'Iowa sera mis en réseau avec plusieurs simulateurs virtuels et forces constructives afin de démontrer un environnement d'entraînement aux missions intégré, conjoint et multifacettes. Les vrais exercices d'entraînement auront lieu au salon I/ITSEC aux heures suivantes : Mardi 28 novembre de 12 h 30 à 13 h 15 et 14 h à 14 h 45 Mercredi 29 novembre de 12 h 30 à 13 h 15 et 14 h à 14 h 45 Les participants virtuels à la démonstration incluront des simulateurs d'aéronefs F/A-18 de couleur bleue et une plateforme de surveillance aérienne E-2 exploités dans le kiosque de Rockwell Collins et mis en réseau avec les simulateurs de systèmes de combat naval et les simulateurs de bureau pour aéronef télépiloté (ATP) fonctionnant dans le kiosque de CAE. Plusieurs éléments constructifs représentant des forces ennemies et alliées seront ajoutés dans les systèmes d'entraînement réels et virtuels pour démontrer les capacités de formation immersive réelle, virtuelle et constructive. CAE et Rockwell Collins effectueront conjointement des t'ches de commandement et contrôle pendant l'exercice. « L'entraînement intégré réel, virtuel et constructif devient essentiel dans un monde où les forces de défense cherchent à maintenir leur état de préparation et se préparer pour les missions opérationnelles tout en réduisant les coûts », déclara Gene Colabatistto, président de groupe, Défense et sécurité, pour CAE. Il ajoute : « En tant qu'intégrateur de systèmes d'entraînement, nous nous concentrons sur le soutien des exigences de préparation et de formation de nos clients et reconnaissons que la coopération et la collaboration seront nécessaires pour offrir des capacités d'entraînement intégrées réelles, virtuelles et constructives. » « En tant que leader reconnu des solutions aérospatiales fournissant de l'avionique pour des actifs humains et des systèmes de formation intégrés et produits virtuels, nous pourrons offrir des solutions pour rendre les entraînements réels, virtuels et constructifs plus habituels sans limites, permettant éventuellement à nos clients militaires d'atteindre leur état de préparation pour mission optimal » déclare Nick Gibbs, vice-président et directeur général des Solutions de formation et simulation chez Rockwell-Collins. La démonstration au salon I/ITSEC démontrera comment les environnements synthétiques construits selon différentes normes de bases de données peuvent être reliés et fonctionner ensemble dans le cadre d'un exercice de formation réelle, virtuel et constructif. Cela comprend l'utilisation de données synthétiques dans les casques de visualisation intégrée L-29 pour pilotes de Rockwell Collins. CAE et Rockwell Collins utiliseront également les protocoles de réseau standards de l'industrie de simulation interactive distribuée et de l'architecture de haut niveau pour relier les actifs réels, virtuels et constructifs. À propos de CAE La division Défense et sécurité de CAE aide ses clients à atteindre et à maintenir le meilleur état de préparation des missions qui soit. Nous sommes un intégrateur de systèmes de formation de classe mondiale qui offre un vaste éventail de centres et de services de formation et de produits de simulation dans les segments de marché des forces aériennes, des forces terrestres, des forces navales et de la sécurité publique. Nous desservons des clients mondiaux dans les domaines de la défense et de la sécurité par l'intermédiaire de nos opérations régionales au Canada, aux États-Unis et en Amérique latine, en Europe, au Moyen-Orient et en Afrique ainsi qu'en Asie-Pacifique, qui tirent profit de la gamme complète de capacités, de technologies et de solutions de CAE. CAE est un chef de file mondial en formation dans les domaines de l'aviation civile, de la défense et sécurité, et de la santé. Appuyés par 70 ans d'innovations, nous participons à la définition des normes mondiales en formation. Nos solutions innovatrices, qui vont de la formation virtuelle à l'entraînement en vol, rendent le transport aérien plus sécuritaire, gardent nos forces de défense prêtes pour leurs missions et améliorent la sécurité des patients. Nous avons la plus vaste présence mondiale de l'industrie, avec plus de 8 500 employés, 160 emplacements et centres de formation dans plus de 35 pays. Nous assurons chaque année la formation de plus de 120 000 membres d'équipage du secteur civil et du secteur de la défense et de milliers de professionnels de la santé dans le monde. www.cae.com Suivez-nous sur Twitter @CAE_Inc et @CAE_Defence À propos de Rockwell Collins Rockwell Collins (NYSE: COL) est l'un des leaders mondiaux de solutions aéronautiques de haute intégrité pour l'aviation commerciale et la défense Chaque jour, nous assurons aux pilotes une navigation sûre et fiable jusqu'aux quatre coins du monde; nous gardons les combattants connectés et informés sur le champ de bataille; nous transmettons des millions de messages aux compagnies aériennes et aux aéroports; et nous offrons confort et connectivité aux passagers durant leur voyage. Experts dans les domaines de l'avionique, de l'électronique et des intérieurs de cabine, des systèmes de gestion de l'information, des communications, des systèmes de formation et de simulation, nous offrons une gamme complète de produits et de services pour changer le futur de nos clients. Pour plus d'informations, rendez-vous surwww.rockwellcollins.com. Suivez-nous sur Twitter : @RockwellCollins http://www.cae.com/CAE-and-Rockwell-Collins-join-forces-to-develop-integrated-Live-Virtual-Constructive-training-solutions/?contextualBUID=103&LangType=1036

  • L’industrie s’engage pour la robotisation des armées

    11 juin 2021 | International, Aérospatial, Naval, Terrestre, C4ISR

    L’industrie s’engage pour la robotisation des armées

    L'Usine Nouvelle consacre un article à la robotisation croissante des armées, soutenue par les industriels. Nexter, Safran, Thales, comptent notamment parmi les grands maîtres d'œuvre industriels fournisseurs majeurs de l'armée de Terre. Des instituts de recherche apportent également leurs connaissances comme l'ONERA, l'Institut Saint-Louis ou encore l'Institut Vedecom, dédié à la mobilité individuelle, décarbonée et durable. Ils développent principalement des logiciels permettant aux robots de se déplacer de manière autonome et d'agir en meute, voire en essaim. Le magazine rappelle que la France refuse les robots tueurs : la décision de tir ne peut être automatisée, elle appartient au soldat. L'Usine Nouvelle du 11 juin

  • Contract Awards by US Department of Defense - March 1, 2019

    5 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 1, 2019

    AIR FORCE Millennium Engineering and Integration Co., Arlington, Virginia, has been awarded a $340,000,000 indefinite-delivery/indefinite-quantity contract for research and development. This contract provides research, engineering, and technical management for performing space technology concept development, analysis, development, integration, experimentation, demonstration, and evaluation in support of the Air Force Research Laboratory Space Vehicles Directorate. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by April 30, 2026. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 and 2019 research and development funds in the amount of $5,000,000 are being obligated on initial task orders at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-D-0002). Rowe Contracting Service Inc., Mandeville, Louisiana, has been awarded a $25,000,000 ceiling indefinite-delivery/indefinite-quantity contract for academic and athletic custodial services. This contract provides for custodial services for the academic and athletic facilities at the U.S. Air Force Academy. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be complete by Feb. 29, 2024. This award is the result of a competitive acquisition and 27 offers received. Fiscal 2019 operations and maintenance funds in the amount of $1,667,389 are being obligated at the time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-19-D-A002). Polskie Zaklady Lotnicze Sp. z. o.o., Mielec, Poland, has been awarded an $18,982,157 firm-fixed-price contract for M28 Block 05 aircraft. This contract provides for two new, commercially produced, M28 Block 05 aircraft, associated initial aircraft and maintenance training, technical publications, and ferry flight service for the M28 Block 05 aircraft from Mielec, Poland, to Kathmandu, Nepal. Work will be performed in Mielec, Poland, and is expected to be complete by Dec. 20, 2019. This contract involves foreign military financing to Nepal. This award is the result of a country-directed sole-source acquisition. Foreign military financing funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-18-C-1201). Phoenix Management Inc., Austin, Texas, has been awarded a not-to-exceed $7,886,394 firm-fixed-price, cost-reimbursable contract for base operating support services. This contract provides for base operating support services in support of supply management, vehicle operations and maintenance, traffic management operations, real property maintenance, fuels management, and airfield management functions. Work will be performed at Westover Air Reserve Base, Massachusetts, and is expected to be complete by Nov. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 and operations and maintenance funds in the amount of $3,943,197 are being obligated at the time of award. The 439th Contracting Flight, Westover ARB, Massachusetts, is the contracting activity (FA6606-19-C-A003). DEFENSE LOGISTICS AGENCY City Light & Power (CLP), Greenwood Village, Colorado, has been awarded an estimated $126,616,791 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution system at Keesler Air Force Base, Mississippi. This was a competitive acquisition with four responses received. This is a 50-year contract with no option periods. Location of performance is Mississippi, with an Aug. 31, 2069, performance completion date. Using military service is Air Force. The type of appropriation is fiscal 2019 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-19-C-8320). Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, has been awarded a maximum $26,490,520 firm-fixed-priced contract for receiver transmitters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, two-month contract with no option periods. Location of performance is Rhode Island, with a June 28, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-F-LY00). Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $19,958,826 modification (P00014) exercising the first one-year option period of a two-year base contract (SPE1C1-17-C-B003) with three, one-year option periods for warehousing, storage, logistics and distribution functions. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas, with a Feb. 29, 2020, performance completion date. Using customers are Air Force, Marine Corps, and Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. U.S. TRANSPORTATION COMMAND International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification (P00022) on contract HTC711-14-D-R025. This modification provides continued support of transportation and storage of Department of Defense-sponsored shipments of privately-owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately-owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within the U.S. and outside the U.S. The option period of performance is March 1, 2019, to Aug. 31, 2019. Fiscal 2019 Transportation Working Capital Funds in the amount of $89,700,672 (estimated) were obligated at award. This modification brings the total cumulative face value of the contract to $927,409,026 from $837,708,354. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY HDT Expeditionary Systems Inc. (HDT), Solon, Ohio (N00178-19-D-4503); and Design West Technologies (DWT),* Tustin, California (N00178-19-D-4504), are each awarded multiple award indefinite-delivery/indefinite-quantity contracts with firm-fixed-pricing arrangements for the procurement of M98 gas particulate filter sets. The maximum ceiling dollar value for both contracts combined is a possible $78,565,403. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work will be performed in Solon, Ohio, for the filters manufactured by HDT and Tustin, California, for the filters manufactured by DWT, and is expected to be complete by March 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,605 for HDT and 2019 operations and maintenance (Navy) $1300 for DWT will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304, these contracts were competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Virginia, is the contracting activity (N00178-18-R-5005). Rockwell Collins, ESA Vision Systems, Fort Worth, Texas, is awarded a $22,137,097 firm-fixed-price contract for the production and delivery of 132 Joint Helmet Mounted Cueing System (JHMCS), Night Vision Cueing and Display Systems (NVCD); 56 in support of Navy, 55 in support of the government of Australia and 21 in support of the government of Switzerland. In addition, this contract provides technical data, non-recurring engineering and all other supplies and services necessary to perform installation and testing of the JHMCS/NVCD systems. Work will be performed in Merrimack, New Hampshire (79 percent); Wilsonville, Oregon (15 percent); Atlanta, Georgia (4 percent); and Fort Worth, Texas (2 percent), and is expected to be completed in February 2021. Fiscal 2017, 2018 and 2019 other procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $22,137,097 will be obligated at time of award, $292,060 of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($9,312,361; 42 percent), the government of Australia ($9,108,738; 41 percent); and the government of Switzerland ($3,715,998; 17 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0008). Austal USA, Mobile, Alabama, is awarded a $13,586,012 fixed-priced-incentive undefinitized contract modification to previously awarded contract N00024-16-C-2217 for the incorporation of a structural bow section engineering change proposal to the 11th and 12th Expeditionary Fast Transport (EPF) ships (formerly Joint High Speed Vessel – JHSV). The EPF provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps and Army. This modification is an undefinitized contract action for implementation of change to the bow structure on EPF 11 and EPF 12 on the DD&C Contract Line Item (CLIN) for each respective ship. Work will be performed in Mobile, Alabama (56 percent); Pascagoula, Mississippi (35 percent); Franklin, Massachusetts (7 percent); and Wilmer, Alabama (2 percent), and is expected to completed by July 2019. Fiscal 2015 and 2016 shipbuilding and conversion (Navy) funding in the amount of $8,151,608 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, District of Columbia, is the contracting activity. General Atomics, San Diego, California, is awarded an $11,739,438 for ceiling-priced delivery order N00383-19-F-NA09 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 181 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System used on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Fiscal 2019 working capital funds (Navy) in the amount of $5,752,324 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Chemring Ordnance Inc., Perry, Florida, is awarded a $10,406,730 single year firm-fixed-price (FFP) contract, in response to solicitation number N00174-18-R-0031, for the manufacture, assembly, test, and delivery of 57mm High Explosive – Point Detonating cartridges. The 57mm HE-PD Cartridge is a 57mm/70, electrically-primed cartridge designed to function in the 57mm MK 110 Gun Mount (GM). The MK 110 GM is employed on the Navy Littoral Combat Ship class and the Coast Guard Legend-class National Security Cutters. This requirement is to develop and produce 57mm HE-PD cartridges intended for combating surface and ground targets. The cartridge consists of a high explosive projectile with the ability to point detonate, a brass cartridge case loaded with propellant charge, and an electric primer. Government First Article Testing will be required. Work will be performed in Perry, Florida, and is expected to be complete by February 2021. Fiscal 2019, 2018, 10`7 Procurement of Ammunition, Navy and Marine Corps funds in the amount of $10,406,730 will be obligated at award and will not expire at the end of the current fiscal year. This contract was competitively procured with three offers received via the Federal Business Opportunities website. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0006). L-3 KEO, Northampton, Massachusetts, is awarded an $8,665,266 fixed-price-incentive modification to previously awarded contract N00024-15-C-6250 to exercise options for the production of Low Profile Photonics Mast. The low profile photonics mast provides visual and other capabilities for Navy submarines. Work will be performed in Northampton, Massachusetts, and is expected to be complete by March 2021. Fiscal 2019 other procurement (Navy) in the amount of $8,655,266 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, District of Columbia, is the contracting activity. Kollsman Inc., Merrimack, New Hampshire, was awarded a $7,251,573 modification (P00001) to delivery order M67854-19-F-1523 on previously awarded firm-fixed-price, indefinite delivery/indefinite quantity contract M67854-15-D-6001 for the purchase of Contractor Logistics Support, 10 Common Laser Range Finder – Integrated Capability (CLRF-IC) systems, 10 Objective Lens Covers, and Retrofit of 396 CLRF-IC systems. Work will be performed at Merrimack, New Hampshire, and is expected to be complete by Dec. 30, 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $7,251,573 will be obligated at time of award and will not expire at the end of the current fiscal year. The base contract was competitively awarded via Federal Business Opportunities website with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-15-D-6001). (Awarded Feb. 28, 2019) ARMY Tetra Tech Inc., Pasadena, California (W912GB-19-D-0003); AMEC Foster Wheeler E & I GMBH, Frankfurt am Main, Hessen, Germany (W912GB-19-D-0004); and AECOM International Inc., Neu-Isenburg, Hessen, Germany (W912GB-19-D-0005), will compete for each order of the $41,100,000 firm-fixed-price contract for environmental remediation services. 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 Feb. 29, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. American Engineers Inc.,* Glasgow, Kentucky (W91237-19-D-0006); Stantec Consulting Services Inc., Lexington, Kentucky (W91237-19-D-0007); and Terracon Consultants Inc., Cincinnati, Ohio (W91237-19-D-0008) will compete for each order of the $20,000,000 firm-fixed-price contract for Dam Safety Modification Mandatory Center of Expertise National Inland Floating Plant and land drilling 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 Feb. 29, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $15,476,150 firm-fixed-price contract for Thimble Shoal Channel maintenance dredging project. Bids were solicited via the internet with three received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Aug. 28, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $15,476,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0007). DEFENSE HEALTH AGENCY Lintech Global Inc., Farmington Hills, Michigan, was awarded a $12,849,369 firm-fixed-price, non-personal services contract to provide data processing, data validation operations and maintenance of the TRICARE Encounter Data/Purchased Care Data Warehouse and Military Health System Data Repository programs, as well as the development, update, enhancement, repair, and testing of specific information technology applications that are managed by the Defense Health Agency, Health Information Technology (HIT) Directorate, Solutions Delivery Division Program Executive Office. The contractor's place of performance is Falls Church, Virginia. This contract has a base period of nine months with one option, if exercised, for a total of 29 months. This contract is an acquisition under GSA's IT Schedule 70 with fiscal 2019 operations and maintenance funds in the amount of $12,849,369 obligated at time of award. The Defense Health Agency, Contract Operations - Health Information Technology (CO-HIT), San Antonio, Texas, is the contracting activity (HT0015-19-F-0032). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price contract modification (P00007) to exercise Option Period Four on task order GS-35F-0328V / HC101315F0008 for commercial satellite communications service. The face value of this action is $8,356,608 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $45,264,960. Performance directly supports the U.S. Central Command Southwest Asia Area of Responsibility. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and five quotations were received from 22 offerors solicited. The period of performance for Option Period Four is March 6, 2019, through March 5, 2020, and there no remaining unexercised option periods for this task order. The Defense Information Technology Organization, Scott AFB, Illinois, is the contracting activity. * Small Business ** Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1772993/

Toutes les nouvelles