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

Contract Awards by US Department of Defense - March 20, 2020

NAVY

Raytheon Missile Systems, Tucson, Arizona, is awarded a $392,412,665 modification (P00009) to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068). This modification exercises options for the production and delivery of tactical missiles (Lot 20 AIM-9X, Block II and Block II plus), captive air training missiles, plus all up round tactical missiles, captive test missiles, special air training missiles, advanced optical target detectors, Block II and II plus guidance units (live battery), captive air training missile guidance units (inert battery), Block I and II propulsion steering sections, electronic units, multiple purpose training missiles, tail caps, maintenance, sectionalization kits, containers and spares for the Air Force, Navy and the governments of Australia, Bahrain, Belgium, Bulgaria, Denmark, Finland, Israel, Japan, Morocco, the Netherlands, Norway, Oman, Poland, Qatar, Romania, Singapore, Slovakia, South Korea, Switzerland, Taiwan, Turkey and the United Arab Emirates. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed in July 2023. In addition, this modification provides for material in support of repairs, depot maintenance and refurbishment. The following funds will be obligated at the time of award: fiscal 2020 weapons procurement (Navy) funds in the amount of $135,790,070; fiscal 2020 missile procurement (Air Force) funds in the amount of $129,267,647; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $8,172,170; fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,999,656; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $800,197; fiscal 2019 missile procurement (Air Force) funds in the amount of $6,189,530; fiscal 2019 weapons procurement (Navy) funds in the amount of $3,262,027; fiscal 2019 research, development, test and evaluation (Air Force) in the amount of $598,896; fiscal 2018 missile procurement (Air Force) in the amount of $503,814; fiscal 2018 weapons procurement (Navy) funds in the amount of $267,280 and Foreign Military Sales (FMS) funds in the amount of $104,561,378. $4,369,646 of the funds obligated at contract award will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($144,732,057; 36.88%); Navy ($143,119,230; 36.47%); and FMS customers ($104,561,378; 26.65%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Alberici-Mortenson JV, St. Louis, Missouri, is awarded a $191,900,391 fixed-price award-fee contract for design-bid-build recapitalization of the dry dock at Naval Submarine Base Kings Bay. Work will be performed in Kings Bay, Georgia, and is expected to be complete by July 2023. The work to be performed provides for concrete repairs in various locations throughout the dry dock, overhaul and repair of the steel caisson, upgrade power distribution, chilled water and a fire detection and alarm system. The project will also repair corroded steel members of the dry dock superstructure, re-coat the entire superstructure and replace roof and wall panels. The project will remove one bridge crane and overhaul two other bridge cranes. The scope also includes effort to rebuild or replace sluice gates and actuators, roller gate rails, flap valves and frames, all piping, and will upgrade control systems, electronic components and the auxiliary seawater system. The contract also contains nine unexercised options, which if exercised will increase the cumulative contract value to $592,343,628. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $191,900,391 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-C-0016).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $98,674,505 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price and cost contract for sustainment of the Littoral Combat Ship Component Based Total Ship System – 21st Century -(LCS COMBATSS-21); and associated combat system elements. Work will be performed in Moorestown, New Jersey (84%); Camden, New Jersey (5%); Virginia Beach, Virginia (5%); Deer Creek, Colorado (2%); Manassas, Virginia (1%); Orlando, Florida (1%); and various other locations (under 1% - 2% total). The work executed under this contract will include maintenance and evolution of the LCS COMBATSS-21 (the backbone of the ship's mission system) and associated combat system elements in support of operational LCS ships. The work includes development, integration, test and delivery of future combat system baseline upgrades for in-service ships, supporting ship integration, installation and checkout, developmental test/operational test, developing training and logistics products, providing field technical support for combat systems, providing hardware engineering, equipment procurement and providing life-cycle supportability engineering and fleet support for fielded baselines. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $1,817,298 was obligated at the time of award and will expire at the end of the current fiscal year. This contract includes options, which if exercised will bring the cumulative value of this contract to $789,584,127. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). This contract was not competitively procured and only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5601). (Awarded March 16, 2020)

CACI Inc. - Federal, Chantilly, Virginia, is awarded a $13,222,827 cost-plus-fixed-fee task order for engineering, technical, administrative and managerial (support) services in support of the Ships Availability Planning and Engineering Center and non-nuclear waterfront and deep submergence system programs at Portsmouth Naval Shipyard (PNS). Work will be performed in Kittery, Maine, and is expected to be complete by March 2021. The purpose of this service contract is to provide technical work, engineering services, quality assurance, process development, consulting and content management support to the PNS departments, with frequent interface with other PNS departments and outside activities such as other private and naval shipyards, submarine maintenance engineering, planning and procurement. Naval Sea Systems Command (NAVSEA) support will be in the areas of engineering, technical, planning, deficiency resolution and administration as outlined. This contract includes options, which if exercised, will bring the cumulative value of this contract to $83,189,359. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,803,000 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 the SeaPort-NxG Navy.mil website, with one offer received. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity (N39040-20-F-3000).

BAE Systems Land & Armaments LP, Phoenix, Arizona, is awarded an $8,568,715 modification (P00001) to previously awarded firm-fixed-price delivery order N00019-19-F-4133 against basic ordering agreement N00019-18-G-0018. This modification provides for the procurement of 20 E-2 parachute survival ensemble units and 130 FLU-10 inflators for the Navy, in addition to 60 E-2 parachute survival ensemble units and 70 FLU-10 inflators for the government of Japan. Work will be performed in Phoenix, Arizona (89%); and Orchard Park, New York (11%), and is expected to be completed in November 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,620,920; fiscal 2019 aircraft procurement (Navy) funds in the amount of $889,322; fiscal 2018 aircraft procurement (Navy) funds in the amount of $156,147; and Foreign Military Sales funds in the amount of $4,902,326 will be obligated at time of award, $156,147 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($3,666,389; 43%); and the government of Japan ($4,902,326; 57%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Lukos LLC, Tampa, Florida (H92240-20-D-0011); People, Technology & Processes, Tampa, Florida (H92240-20-D-0012); RMGS Inc., Virginia Beach, Virginia (H92240-20-D-0013); and SPATHE Systems LLC, Tampa, Florida (H92240-20-D-0014), were awarded a $245,000,000 maximum multiple award, indefinite-delivery/indefinite-quantity contract for logistics support, equipment related and knowledge based services in support of Naval Special Warfare Command (NSWC) enterprise requirements. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award for each contract. The work will be performed in various locations in the U.S. and overseas and is expected to continue through fiscal 2025. The contract was awarded competitively using Federal Acquisition Regulation Part 15 procedures with 13 proposals received. NSWC headquarters, Coronado, California, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the production of Army installation kits. The contract ceiling is approximately $205,998,367, and the minimum guarantee is $2,000,000. The total value of delivery order 0001 is $16,884,194, funded by fiscal 2020 other procurement (Army) funds. Proposals were solicited via FedBizOpps, now beta.SAM.gov, and three proposals were received. The place of performance will be at the contractor's facility until the installation kits are delivered to the U.S. government at Red River Army Depot. The period of performance for the base period is March 20, 2020, to March 19, 2023; if all options are exercised, the contract performance will end March 19, 2030. The period of performance is a three-year base with seven one-year options. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-20-D-0006).

ARMY

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $104,770,422 modification (P00071) to contract W15QKN-13-C-0074 for precision guidance kits. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Feb. 26, 2024. Fiscal 2020 other procurement, Army funds in the amount of $104,770,422 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency.

Raytheon Co., Dulles, Virginia, was awarded a $64,751,190 modification (P00006) to contract W56KGY-16-D-0006 to provide operations and sustainment support for Persistent Surveillance Dissemination System of Systems in support of Product Manager Force Protection Systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

ID Technologies LLC,* Ashburn, Virginia, was awarded a $46,579,188 firm-fixed-price contract to purchase information technology equipment and accessories. Bids were solicited via the internet with two received. Work will be performed in Ashburn, Virginia, with an estimated completion date of March 24, 2021. Fiscal 2020 revolving funds in the amount of $46,579,188 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0193).

L3 Fuzing and Ordnance Systems, Cincinnati, Ohio, was awarded a $19,381,064 modification (P00005) to contract W15QKN-19-C-0040 for the procurement of application specific integrated circuit chips. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $19,381,064 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting agency.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,405,696 modification (P00295) to contract W56HZV-15-C-0095 to exercise an option covering priced man-hours, labor, material and fees on material for the Joint Light Tactical Vehicle (JLTV) system technical support JLTV retrofit efforts. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 30, 2020. Fiscal 2019 other procurement, Army; and 2020 Marine Corps procurement funds in the amount of $17,405,696 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,754,161 modification (P00344) to contract W56HZV-15-C-0095 to exercise options for packaged kits for the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $16,754,161 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Stantec Consulting Services Inc., New Orleans, Louisiana, was awarded a $14,143,940 firm-fixed-price contract for the design of pump stations and drainage structures. 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 March 20, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-D-00004).

SI2 Technologies Inc.,* North Billerica, Massachusetts, was awarded a $13,491,546 firm-fixed-price contract for protection of Army and Department of Defense assets and weapon systems from emerging threats. 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 April 28, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0023).

Flick Lumber Co. Inc.,* Galion, Ohio, was awarded a $9,340,523 firm-fixed-price contract for the procurement of performance oriented packaging (POP) boxes. Bids were solicited via the internet with ten received. Work locations and funding will be determined with each order, with an estimated completion date of March 22, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0021).

Texas Dewatering LLC,* Bellville, Texas, was awarded an $8,502,179 firm-fixed-price contract for improvements in the Houston Ship Channel. Bids were solicited via the internet with five received. Work will be performed in Houston, Texas, with an estimated completion date of Aug. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,502,179 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0010).

DEFENSE FINANCE AND ACCOUNTING SERVICE

Guidehouse LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $10,449,089 for audit finding remediation support services for the Office of the Under Secretary of Defense (Comptroller). Work will be performed in McLean, Virginia, with an expected completion date of March 31, 2021. Fiscal 2020 Defense-wide operating and maintenance funds in the amount of $10,449,089 are being obligated at the time of this option award. This award brings the total cumulative value of the contract to $34,766,166. This contract is the result of a competitive acquisition for which two quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $49,839,283. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0055).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

RadiaBeam Technologies LLC,* Santa Monica, California, has been awarded a $10,202,941 cost-plus-fixed-fee contract for Defense Advanced Research Projects Agency's Gamma Ray Inspection Technology (GRIT) program. In Phase I, RadiaBeam Technologies LLC proposes a Laser-Compton approach for meeting GRIT program objectives and carrying out relevant system demonstrations. Work will be performed in Santa Monica, California (80%); Menlo Park, California (9%); Los Angeles, California (7%); and Paris, France (4%), with an estimated completion date of March 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $3,718,701 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0072).

DEFENSE LOGISTICS AGENCY

Chartwell RX LLC, Congers, New York, has been awarded a maximum $7,074,642 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products in support of the Corporate Exigency Contracts program. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is New York, with a March 18, 2021, performance completion date. Using customers are Army, Navy, Air Force Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0005).

UPDATE: Navistar Defense LLC, Melrose Park, Illinois (SPE8EC-20-D-0057), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008 and announced Jan. 9, 2018. (Awarded March 19, 2020)

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2120442/source/GovDelivery/

Sur le même sujet

  • US Air Force awards contract for new helicopter

    25 septembre 2018 | International, Aérospatial

    US Air Force awards contract for new helicopter

    WASHINGTON, D.C. (AFNS) -- Today the Air Force awarded the first portion of a $2.38 billion firm-fixed-price contract to The Boeing Company for a UH-1N Replacement helicopter. "Strong competition drove down costs for the program, resulting in $1.7 billion in savings to the taxpayer,” said Secretary of the Air Force Heather Wilson. The original service cost estimate was $4.1 billion. Today's award of approximately $375 million is for the first four helicopters and includes the integration of non-developmental items. This additional equipment integrated into the aircraft will ensure the helicopters are ready to meet warfighter needs upon delivery. The total program cost for the UH-1N Replacement Program reflects the exercise of all options and provides for the acquisition and sustainment of up to 84 MH-139 helicopters, training devices and associated support equipment to replace the legacy UH-1Ns. The new helicopter will be an important tool for Airmen charged with securing and defending the nation's intercontinental ballistic missiles. The Air Force will also use the aircraft for training, test and operational support airlift. The Air Force pursued a full and open competition to deliver increased capabilities to warfighters. This replacement will provide the necessary speed, range, endurance and carrying capacity needed to meet the requirements of five Air Force major commands, officials said. "A safe, secure and effective nuclear enterprise is job one," said Air Force Chief of Staff Gen. David L. Goldfein. "It is imperative that we field a capable and effective helicopter to replace UH-1Ns providing security for our ICBMs and nuclear deterrence operations." The first operational helicopter delivery is expected in Fiscal Year 2021. https://www.af.mil/News/Article-Display/Article/1643707/air-force-awards-contract-for-new-helicopter/source/GovD/

  • NGA wants industry’s help monitoring illegal activity in Indo-Pacific

    6 mai 2024 | International, Naval

    NGA wants industry’s help monitoring illegal activity in Indo-Pacific

    Interested companies have until May 24 to submit responses, after which some will be selected for review by the Defense Innovation Unit.

  • Aviation Week Forecasts: Western Attack Helicopter MRO By Family 2020-2029

    1 juin 2020 | International, Aérospatial

    Aviation Week Forecasts: Western Attack Helicopter MRO By Family 2020-2029

    June 01, 2020 Aviation Week Network forecasts that annual MRO demand for Western-designed attack helicopters will increase 11.1% during this decade, from $4.2 billion in 2020 to $4.6 billion in 2029. Aviation Week defines attack helicopters as rotary-wing aircraft that are unable to carry cargo internally, are armed with a forward-firing cannon of at least 20mm, and which can carry and self-designate targets for anti-tank guided missiles. Ninety percent of MRO demand in 2020 will be generated by just two helicopter families: the Boeing AH-64 Apache and Bell AH-1 Cobra. The AH-64 will see an 8% increase in its MRO demand over the next 10 years from $2.9 billion to $3.2 billion. Overall, the AH-64 will generate 68.6% of the global MRO demand total. The AH-1's MRO demand will drop 12.3% in the next ten years. Despite the decline, the AH-1 still will generate 18.2% of total attack helicopter MRO. The Airbus Tiger will see the largest decline in MRO demand of any attack helicopter. With no probable future export orders on the horizon and an early retirement by Australia, the Tiger's MRO demand will fall 23.5% from 2020 to 2029. The Leonardo AW129 family of attack helicopters could experience a 22.1% growth in its MRO demand over the forecast if TAI and its T129 derivative manages to hold on to its hard won, but now in danger, export orders by securing a non-US export-restricted engine. Open requirements and competitions will produce over a billion dollars of MRO demand in the next decade, a significant boost to any program. Source: Aviation Week Intelligence Network (AWIN) 2020 Military Fleet & MRO Forecast For more information about the 2020 Forecast and other Aviation Week data products, please see: http://pages.aviationweek.com/Forecasts https://aviationweek.com/defense-space/z/aviation-week-forecasts-western-attack-helicopter-mro-family-2020-2029

Toutes les nouvelles