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

Contract Awards by US Department of Defense - March 20, 2019

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a ceiling priced $4,040,458,297 modification to convert a previously awarded advanced acquisition contract (N00019-18-C-1046) to a fixed-price-incentive-firm-target multi-year contract. The target price for this multi-year contract is $4,001,410,000. This modification provides for the full-rate production and delivery of 78 F/A-18 aircraft, specifically 61 F/A-18E and 17 F/A-18F aircraft for fiscal years 2018 through 2021. Work will be performed in El Segundo, California (61 percent); Hazelwood, Missouri (9 percent); Longueuil, Quebec, Canada (2 percent); Torrance, California (2 percent); Bloomington, Minnesota (2 percent); Ajax, Ontario, Canada (2 percent); Vandalia, Ohio (1 percent); Fort Worth, Texas (1 percent); Irvine, California (1 percent); Palm Bay, Florida (1 percent); Santa Clarita, California (1 percent); Grand Rapids, Michigan (1 percent); Greenlawn, New York (1 percent); Endicott, New York (1 percent); Marion, Virginia (1 percent); and various locations within the continental U.S. (13 percent). Work is expected to be completed in April 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $1,557,334,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

American Systems Corp., Chantilly, Virginia (M67854-19-D-7870); Calibre Systems Inc., Alexandria, Virginia (M67854-19-D-7871); Corps Solutions, Stafford, Virginia (M67854-19-D-7872); Obsidian Solutions Group,* Fredericksburg, Virginia (M67854-19-D-7873); Science Applications International Corp., Reston, Virginia (M67854-19-D-7874); Solutions Through Innovative Technologies Inc., Fairborn, Ohio (M67854-19-D-7875); and Valiant Global Defense Services Inc., San Diego, California (M67854-19-D-7876), are awarded a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing arrangements for the procurement of Marine Air-Ground Task Force (MAGTF) Training Systems Support (MTSS), with a combined maximum ceiling amount of $245,000,000. MTSS provides pre-deployment training to the Marine Corps Operating Forces within a joint and combined environment to improve warfighting skills. Training includes realistic computer-based simulation training; command, control, computers, communications, intelligence, surveillance, and reconnaissance training; combined arms staff trainer training; MAGTF tactical warfare simulation; and Deployable Virtual Training Environment. Work will be performed at Quantico, Virginia (55 percent); Camp Lejeune, North Carolina (15 percent); Camp Pendleton, California (10 percent); Twentynine Palms, California (10 percent); and Okinawa, Japan (10 percent), and is expected to be completed by March 19, 2029. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued. The companies will compete for task orders under the terms and conditions of the awarded contract. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Merrill Technologies Group,* Saginaw, Michigan (N68335-19-D-0038); and Precision Custom Components LLC,* York, Pennsylvania (N68335-19-D-0039), are each being awarded indefinite-delivery/indefinite-quantity contracts. These contracts provide for the delivery of various components in support of the aircraft launch and recovery and support equipment programs, to include critical safety item/critical application item. The estimated aggregate ceiling for all contracts is $42,240,000, with the companies having an opportunity to compete for individual orders. Work will be performed at contractor facilities in Merrill, Michigan; and York, Pennsylvania, and is expected to be completed in March 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, is awarded $37,496,252 for modification P00002 to firm-fixed-price delivery order N0001918F0478 against a previously issued basic ordering agreement (N00019-15-G-0026). This modification provides for the procurement and delivery of seven MR-TCDL B-Kits, one Mission Avionics Systems Trainer B-Kit, and associated A- and B-Kit spares for the MR-TCDL upgrade to the E-6B Mercury aircraft. Work will be performed in Salt Lake City, Utah (73 percent); San Diego, California (25 percent); and Boston, Massachusetts (2 percent), and is expected to be completed in October 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $37,496,252 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.

Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $27,510,334 cost-plus-incentive-fee modification to previously-awarded contract N00024-09-C-6247 for the procurement of fiscal 2019 electronic warfare AN/BLQ-10 kits and spares to support program requirements. Work will be performed in Syracuse, New York (99 percent); and Manassas, Virginia (1 percent), and is expected to be completed by October 2022. Fiscal 2019 other procurement (Navy) funding in the amount of $27,510,334 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.

MEB General Contractors Inc., Chesapeake, Virginia, is awarded a $20,334,000 firm-fixed-price contract for consolidated fuel facilities at Shaw Air Force Base, South Carolina. The work to be performed provides for the construction of a new 6400 sq. ft. petroleum, oils, and lubricants operations facility with privately-owned vehicle parking for 60 vehicles; a new 2400 gallons per minute (gpm) Type III pump house facility and control room; four new 600 gpm high speed truck fillstands; a new reinforced concrete parking area for 20 fuel refueler trucks; piping modifications to the three existing aboveground storage tanks; new interconnecting piping; spill containment provision; a cathodic protection system; and supporting site work and utilities for the new facilities. Work will be performed in Sumter, South Carolina, and is expected to be completed by March 2021. Fiscal 2018 military construction (Defense Logistics Agency) contract funds in the amount of $20,334,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-1304).

Air Cruisers Co. LLC, Wall Township, New Jersey, is awarded an $8,026,673 long-term contract for repair of five various life raft inflatables in support of the Multi-Place Life Rafts System for use on various aircraft. The contract will include a three-year contract with two one-year option periods which if exercised, the total value of the contract is estimated to be $13,754,049. Work will be performed in Liberty, Mississippi. Work is expected to be completed by March 2022; if all options are exercised, work will be completed by March 2024. No funds are obligated at the time of award. Annual working capital funds (Navy) will be obligated as individual task orders are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UC01).

ARMY

American Mechanical Inc.,* Fairbanks, Alaska (W911KB-19-D-0012); Brice Civil Constructors Inc.,* Anchorage, Alaska (W911KB-19-D-0013); Central Environmental Inc.,* Anchorage, Alaska (W911KB-19-D-0014); Derian/OCC JV,* Anchorage, Alaska (W911KB-19-D-0015); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-19-D-0016 ), will compete for each order of the $200,000,000 firm-fixed-price contract for design, construct and repair of utilidor/utility systems. 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 March 18, 2024. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.

Applied Visual Technology Inc.,* Orlando, Florida, was awarded a $10,153,464 modification (P00005) to contract W900KK-18-D-0019 for systems engineering and software support. Work locations and funding will be determined with each order, with an estimated completion date of March 19, 2020. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity.

AIR FORCE

Company Deloitte Consulting LLP, Arlington, Virginia, has been awarded a $39,933,653 firm-fixed-price contract for technical and programmatic expertise and recommendations. This contract provides for force optimization analysis support to HQ Air Combat Command. Work will take place at Joint Base Langley-Eustis, Virginia, and is expected to be completed by June 15, 2022. This contract is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,949,388 are being obligated at the time of award. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-F-A024). (Awarded March 19, 2019)

DEFENSE LOGISTICS AGENCY

Freeman Holdings of Louisiana LLC, doing business as Million Air Lake Charles,* Lake Charles, Louisiana, has been awarded a minimum $18,832,439 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with a six-month option period. Location of performance is Louisiana, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0008).

M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $13,781,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy Working Uniform blouses and Army Combat Uniform coats. This was a competitive acquisition with six responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico, with a March 19, 2021, estimated performance completion date. Using military services are Navy and Army. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1145).

Eaton Aeroquip LLC, Jackson, Michigan, has been awarded a maximum $8,992,216 firm-fixed-price contract for hoses, assemblies and other related parts. This was a competitive acquisition with one offer received. This is a three-year contract with two one-year option periods. Location of performance is Michigan, with a March 20, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0016).

*Small business
**Woman-owned small business in historically underutilized business zones

https://dod.defense.gov/News/Contracts/Contract-View/Article/1790554/

Sur le même sujet

  • Houthis, Russians wield same Iranian-supplied drones, DIA studies show

    8 février 2024 | International, Aérospatial

    Houthis, Russians wield same Iranian-supplied drones, DIA studies show

    The Waid 1 and 2 drones share distinctive features — wing stabilizers, pitot tubes, fuselages — with Iran’s Shahed-131 and -136, according to the agency.

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

    19 juin 2023 | International, C4ISR

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

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

  • Contract Awards by US Department of Defense - September 23, 2019

    24 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 23, 2019

    MISSILE DEFENSE AGENCY Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a modification on indefinite-delivery/indefinite-quantity contract HQ0147-18-D-0002. The value of this contract modification is $500,615,405, which increases the total ceiling value from $461,492,695 to $962,108,100. The contractor will continue to perform research and development support for the Army Navy Transportable Radar Surveillance Control Model-2 and Sea-Based X-Band radar. The modification also includes continued product improvement, warfighter support, engineering services, Ballistic Missile Defense System test subject matter experts (SME) support, modeling and simulation SME support, and cybersecurity. No task orders are being issued at this time. The work will continue to be performed in Woburn, Massachusetts. The period of performance remains the same, which is from Nov. 1, 2017, through Oct. 31, 2022, with a one year option. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., San Diego, California, has been awarded a maximum $375,792,189 firm-fixed-price delivery order (SPRPA1-19-F-E31N) against a five year basic ordering agreement (N00019-15-G-0026) for Multi Function Active Sensor Radar Systems for the MQ-4C Triton unmanned aircraft system. 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 six-year contract with no option periods. Location of performance is California, with a Dec. 31, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a $15,934,838 modification (P00116) to a 50-year utilities privatization contract (SP0600-07-C-8254) with no option periods incorporating an increase to the operations, maintenance, renewal and replacement charges for water and wastewater utility service systems. This is a fixed-price prospective redetermination contract. Location of performance is Virginia, with a Dec. 20, 2057, performance completion date. Using military service is Army. Type of appropriation is operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Crane Electronics Inc., Fort Walton Beach, Florida, has been awarded an estimated $9,283,185 fixed-price, requirements contract for AN/ALR-56C radar warning receiver low voltage power supplies in support of the F-15 aircraft. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 18, 2024, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-19-D-0010). Twigg Corp., Martinsville, Indiana, has been awarded a maximum $9,270,251 firm-fixed-price contract for T404 support turbine assemblies. This was a competitive acquisition with two offers received. This is an 11-month contract with no option periods. Location of performance is Indiana, with a June 19, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-Z059). NAVY Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $352,672,006 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0015). This modification increases the ceiling and scope of the contract to include the procurement of Lot 12-14 Generation 3 helmet mounted displays in support of the F-35 Lightning II program. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2020. No funds are being obligated at 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. The Boeing Co., St. Louis, Missouri, is being awarded $227,000,000 for ceiling-priced delivery order N00383-19-F-A34Y under previously awarded basic ordering agreement N00383-17-G-A301 for the procurement of main and nose landing gear assemblies in support of the F/A-18E/F and EA-18G aircrafts. The period of performance for this delivery order begins October 2019 and will be completed by March 2023 with no option periods. Work will be performed in St. Louis, Missouri. Annual working capital funds (Navy) in the amount of $111,230,000 will be will be obligated at the time of award and will not expire at the end of the current fiscal year. One company was solicited for this sole sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. General Electric Co., Lynn, Massachusetts, is being awarded a $219,407,194 modification (PZ0002) to a previously awarded firm-fixed-price contract (N00019-18-C-1061) to procure 48 F414-GE-400 install engines and engine devices for Lot 23 F/A-18E/F aircraft. Work will be performed in Lynn, Massachusetts (59%); Hooksett, New Hampshire (18%); Rutland, Vermont (12%); and Madisonville, Kentucky (11%), and is expected to be completed in August 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount $219,407,194 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. Raytheon Co., Largo, Florida, is being awarded a $52,857,202 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-5200 to exercise options for design agent and engineering services to support the Cooperative Engagement Capability (CEC) program. This option exercise is for design agent and engineering services to perform advanced studies and integration efforts as well as software sustainment and support. The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in Largo, Florida, and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2019 operation and maintenance (Navy); and Foreign Military Sales funding in the amount of $7,130,069 will be obligated at time of award, and funds in the amount of $984,939 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Robertson Fuel Systems LLC, Tempe, Arizona, is being awarded a $31,101,308 firm-fixed-price contract to manufacture and deliver eight V-22 mission auxiliary tank systems for extended range of flight requirements in support of V-22 aircraft for the Navy (3); Marine Corps (2); Air Force (1); and the government of Japan (2). Work will be performed in Tempe, Arizona, and is expected to be completed in November 2021. Fiscal 2017 and 2018 aircraft procurement (Air Force and Navy); and Foreign Military Sales (FMS) funds in the amount of $31,101,308 will be obligated at time of award, $14,729,731 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps and Navy ($20,702,984; 66%); Air Force ($1,213,255; 4 %); and the government of Japan ($9,185,069; 30%) under the FMS program. This contract was not competitively procured pursuant to 10 U.S.Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0042). Proaim Americas LLC, Grover, Missouri, is being awarded a $19,979,089 firm-fixed-price contract for Enterprise Ocular Picture Archiving and Communication System (OPACS) on behalf of multiple Department of Defense medical treatment facilities, within and outside the contiguous U.S. This is a five-year single award contract and work is expected to be completed by Sept. 30, 2024. Fiscal 2019 Defense Health Program other procurement funds in the amount of $3,737,387 will be obligated on an initial task order at the time of award and will expire at the end of the current fiscal year. This contract was a non-competitive sole source procurement in accordance with Federal Acquisition Regulation 6.302-1(c) issued via the Federal Business Opportunities website, with one proposal received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5012). Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is being awarded a $17,202,359 cost-plus-fixed-fee contract in support of the E-2D Advanced Hawkeye program to provide depot level repair capability for the AN/APY-9 radar line replaceable modules (LRMs). This contract provides technical services in support of development of electronic Consolidated Automated Support System (eCASS) compatibility reports and the associated technical data for AN/APY-9 radar avionics LRM. In addition, this contract provides for technical services for development system specifications that define the functional performance requirements for the operational test program sets to test the LRMs on the eCASS. Work will be performed in Liverpool, New York (45%); El Segundo, California (25%); Melbourne, Florida (24%); and Baltimore, Maryland (6%); and is expected to be completed in August 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,202,359 will be obligated at time of award, all 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0248). Sealift Inc., Oyster Bay, New York, is being awarded a $14,608,000 modification under a previously awarded firm-fixed-price contract (N3220519C3512) to fund the fifth one-year option period. The option will continue to provide one U.S. flagged vessel (M/V Capt. David I. Lyon) for the transportation and prepositioning of cargo including, but not limited to; hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes, and for military readiness for the Department of the Air Force. The vessel is capable of deployment to worldwide locations. The current contract is approximately 111-day firm period with four one-year option periods, and a 212-day option period. Work will be performed worldwide, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 working capital funds in the amount of $14,608,000 will be obligated at time of award and will not expire at the end of the fiscal year. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519C3512). BAE Systems, Rockville, Maryland, is being awarded $10,144,531 for firm-fixed-price contract modification P00004 under a previously awarded contract (N00604-18-C-4001) to exercise Option Period Two for munitions handling and management services which includes receiving, storing, segregating, issuing, inspecting, and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands. This contract includes a nine month base period, and four 12-month option periods. The exercise of this option will bring the estimated value of the contract to $25,127,912, and if all options are exercised, it will bring the total value to $45,516,525. Work will be performed in Ewa Beach, Hawaii, and work is expected to be completed by September 2020; if all options on the contract are exercised, work will be completed by September 2022. Fiscal 2020 operation and maintenance funds (Navy) in the full amount of $10,144,531will be obligated once the modification to exercise option year one is awarded, and funds will not expire before the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with one offer received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity. Sealift Inc., Oyster Bay, New York, is being awarded an $8,688,118 modification under a previously awarded, firm-fixed-price contract (N3220515C3201) to fund the fifth one-year option period. The option will continue to provide one U.S. flagged vessel (M/V LTC John D. Page) for the transportation and prepositioning of cargo including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes; and for military readiness for the Department of the Army. The vessel is capable of deployment to worldwide locations. The current contract includes a two month firm period of the performance, four one-year option periods, and one nine-month option period. Work will be performed worldwide, and is expected to be completed by July 5, 2020. Fiscal 2019 and 2020 working capital funds in the amount of $8,688,118 will be obligated at time of award and will not expire at the end of the fiscal year. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220515C3201). Gilbane Federal, Concord, California, is being awarded an $8,644,506 firm-fixed-price modification to increase the maximum dollar value of task order N6247318F5305 under an environmental multiple award contract for radiological confirmation sampling and surveying at Hunters Point Naval Shipyard. The work to be performed is to provide radiological confirmation investigation, survey, and reporting activities within Parcel C, at Hunters Point Naval Shipyard. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. After award of this modification, the total cumulative task order value will be $21,002,538. Work will be performed in San Francisco, California, and is expected to be completed by December 2023. Fiscal 2019 base realignment and closure, environmental, (Navy) contract funds in the amount of $8,644,506 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-0005). Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $7,985,270 modification (P00095) to a previously awarded firm-fixed-price contract (N00019-12-C-2001). This modification provides for the modification of government furnished tooling as well as the acquisition of new tooling in support of V-22 aircraft production. A total of 47 tooling parts will be procured under this modification. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2021. Fiscal 2017 aircraft procurement (Air Force) funds in the amount of $7,985,270 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 Science and Engineering Services LLC,* Huntsville, Alabama, was awarded a $54,931,995 modification (P00003) to Foreign Military Sales (Afghanistan) W58RGZ-18-F-0063 for maintenance on UH-60 helicopters. One bid was solicited via the internet with one bid received. Work will be performed in Kandahar, Afghanistan, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 Afghanistan Security Forces funds in the amount of $54,931,995 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Meggitt Defense Systems Inc., Irvine, California, was awarded a $48,563,836 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for development, production, field operations support, installation support, training, cyber security support, systems and spares production and repairs of the Aerial Weapons Scoring System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 8, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0010). Thoma-Sea Marine Constructors,* Houma, Louisiana, was awarded a $24,491,400 firm-fixed-price contract for procurement and delivery of a steel barge. Bids were solicited via the internet with two received. Work will be performed in Houma, Louisiana, with an estimated completion date of July 19, 2023. Fiscal 2019 Mississippi River and Tributaries funds in the amount of $24,491,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0042). S & E Services Inc.,* Edison, New Jersey, was awarded a $16,526,000 firm-fixed-price contract to construct a new Security Forces and Communications training facility. Bids were solicited via the internet with six received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Jan. 11, 2021. Fiscal 2019 military construction, Army National Guard funds in the amount of $16,526,000 were obligated at the time of the award. U.S. Property and Fiscal Office, New Jersey, is the contracting activity (W912PQ-19-C-9001). Lead Builders Inc.,* Thousand Oaks, California, was awarded a $10,655,000 firm-fixed-price contract for building renovation. Bids were solicited via the internet with four received. Work will be performed in Vandenberg Air Force Base, California, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,655,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0027). Simmonds Precision Products Inc., Vergennes, Vermont, was awarded a $10,155,178 firm-fixed-price contract for maintenance and overhaul. 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 Sept. 22, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0128). CEMS-RS & H JV,* Summerville, South Carolina, was awarded a $9,900,000 firm-fixed-price contract for investigation, construction, renovation, planning and design services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0007). Colby Co. LLC,* Portland, Maine, was awarded a $9,900,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0012). Burns & McDonnell Engineering Co., Kansas City, Missouri, was awarded a $9,900,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0011). Lockheed Martin Corp. Rotary and Mission Systems, Orlando, Florida, was awarded a $9,725,000 firm-fixed-price Foreign Military Sales (Iraq) contract for procurement of Mobile M1A1 Situational Awareness Platoon Mobile Advanced Gunnery training system, mobile pre-brief, after action review capability, spare parts package, installation, on-site testing, training, design, development, test, management, documentation, hardware, software, and spares. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 22, 2021. Fiscal 2010 counter-ISIS train and equip funds in the amount of $9,725,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0057). Oracle America Inc., Reston, Virginia, was awarded a $7,577,868 firm-fixed-price contract for the Army Corps of Engineers Financial Management System. Bids were solicited via the internet with one received. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 22, 2024. Fiscal 2019 revolving; and operations and maintenance, Army funds in the amount of $7,577,868 were obligated at the time of the award. U.S. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W912HQ-19-F-0136). AIR FORCE Herrick Technology Laboratories Inc.,* Manchester, New Hampshire, has been awarded a $40,712,166 cost-plus-fixed-fee completion contract for Spectrum-Agile, Location Aware, Enhanced Electromagnetic Kit (SLEEK) hardware and software. This contract provides for research, develop, integrate, prototype, demonstrate, validate and verify new software capabilities for a software-defined and reprogrammable transceiver that has broad applicability to military-relevant missions. Work will be performed at Germantown, Maryland; Manchester, New Hampshire; and Rome, New York, and is expected to be completed by October 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,500,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0530). Cornerstone Construction Services LLC, Woburn, Massachusetts (FA2835-19-D-0007); Maron Construction Co. Inc., Providence, Rhode Island (FA2835-19-D-0008); and Tantara Corp., Worcester, Massachusetts (FA2835-19-D-0009), have been awarded an aggregate, total maximum program/contract ceiling of a $20,000,000 multiple award construction indefinite delivery, indefinite quantity contract. This contract will provide for complex construction projects involving multiple trades that may require detailed engineering design to be performed by registered/licensed engineers and architects. The contractors shall provide all management, labor, material, equipment, transportation, supervision, and architectural engineering services to accomplish simultaneous maintenance, sustainment, repair, and minor construction projects. Work will be performed at Hanscom Air Force Base, Massachusetts; Hanscom Air Force Base Family Campground, Bedford, Massachusetts; Patriot Golf Course, Bedford, Massachusetts; Sagamore Hill Solar Observatory, Hamilton, Massachusetts; Fourth Cliff Recreation Annex, Humarock, Massachusetts; Cape Cod Air Force Station, Massachusetts; and New Boston Air Force Station, New Hampshire. These awards were the result of a competitive 100% Small Business Set Aside acquisition and 16 offers were received. Fiscal 2019 operations and maintenance in the amount of $5,000 funds to each awardees are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Raytheon Co. Missile Systems, Tucson, Arizona, has been awarded a $16,289,702 agreement for one prototype Phaser high power microwave system. This agreement provides for outside continental U.S. (OCONUS) field assessment for purposes of experimentation. Experimentation includes, but is not limited to 12 months of in-field operation by Air Force personnel against unmanned aerial systems threats. In addition, experimentation includes but is not limited to operator training, in theater maintenance of systems while collecting availability (full mission capable, partial mission capable, non-mission capable), reliability, maintainability and supportability data, and system operation against real-world or simulated hostile vignettes without disrupting other necessary installation operations. The location of performance is OCONUS and is expected to be completed by Dec. 20, 2020. This award is the result of a sole source acquisition. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $16,289,702 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-9-9325). Raytheon Co., El Segundo, California, has been awarded a $10,942,488 cost-plus-fixed-fee contract for Technologies for the Mixed-mode Ultra Scaled Integrated Circuits (T-MUSIC) effort. This effort will develop advanced mixed-mode RF components and sub-systems leveraging the T-MUSIC platform. T-MUSIC technology combines advanced silicon-germanium with advanced CMOS to enable ultra-wide bandwidth, high spurious free dynamic range and fine data converter resolution with high effective number of bits beyond current state-of-the-art. Work will be performed at El Segundo, California; Andover, Maryland; and Thousand Oaks, California, and is expected to be completed Dec. 20, 2023. This award is the result of a competitive acquisition and 18 compliant offers were received. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $1,318,325 is being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7934). BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded an $8,076,227 cost-plus-fixed-fee contract for Technologies for Mixed-mode Ultra Scaled Integrated Circuits (T-MUSIC) and the Disruptive SiGe Circuits fabricated Onshore (DiSCO) effort. This effort will develop advanced mixed-mode RF components and sub-systems leveraging the T-MUSIC platform. T-MUSIC technology combines advanced silicon-germanium with advanced CMOS to enable ultra-wide bandwidth, high spurious free dynamic range and fine data converter resolution with high effective number of bits beyond current state-of-the-art. Toward that end, DiSCO will develop critical Department of Defense components and sub-systems to assess advancements derived from T-MUSIC technology. These circuits include Phase-locked Loop, ultra-high speed Divider (200GHz final goal), and high speed, high resolution Analog-to-Digital Converter. In addition, the option phase will develop high speed Direct Digital Synthesis for next generation transmitter technology. Work will be performed at Nashua, New Hampshire and is expected to be completed by Dec. 19, 2023. This award is the result of a competitive acquisition and 18 offers were received. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $364,723 is being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7935). Communications & Power Industries LLC, Palo Alto, California, has been awarded an $8,058,269 firm-fixed-price, indefinite-delivery, indefinite-quantity contract for Twystron Electron Tube Repair program. This contract provides for teardown, test, evaluation and repair of Twystron electron tubes in support of Unmanned Threat Emitter weapons system. Work will be performed at Palo Alto, California, and is expected to be completed by Sept. 30, 2025. This award is the result of a sole source acquisition. Fiscal 2019 working capital funds in the amount of $1,623,488 are obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8250-19-D-0001). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1968631/source/GovDelivery/

Toutes les nouvelles