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

  • DoD asks Congress for a two-sub Columbia-class buy

    14 mai 2020 | International, Naval

    DoD asks Congress for a two-sub Columbia-class buy

    By: Joe Gould , David B. Larter , and Valerie Insinna WASHINGTON ― The Pentagon is asking Congress for authority to buy two of its new Columbia-class ballistic missile submarines, a potential mega-deal worth as much as $17.7 billion with far-reaching implications for the ailing submarine industrial base. If approved, the proposal would potentially lower the price by promising General Dynamics a steady stream of work at its shipyard as the Pentagon and its network of suppliers grapple with COVID-19's economic shocks. General Dynamics and the Navy have been negotiating the terms of a two-ship purchase, but nothing can be finalized until Congress authorizes the block buy. As the House and Senate Armed Services committees ready their drafts of the 2021 National Defense Authorization Act, it's customary for the Defense Department to send legislative proposals for the annual policy bill. It was unclear how Congress will ultimately react to this one, but at least one key lawmaker would “seriously consider” the proposal. Senate Armed Services Seapower Subcommittee Chairman David Perdue, R-Ga., “certainly supports and has been working toward better business practices in the Department of Defense. He would seriously consider any proposal that achieves cost savings or increases efficiency,” said his spokesperson, Jenni Sweat. The Columbia-class program is meant to design and build 12 new ballistic missile submarines to replace the Navy's current force of 14 aging Ohio-class boats. The president's budget estimated the cost of the lead Columbia-class sub at $14 billion, the second at $9.3 billion, and total procurement costs for all 12 at $110 billion. The Navy wants to procure the first Columbia-class boat in fiscal 2021, the second in fiscal 2024, and the remaining 10 at a rate of one per year from 2026 through 2035. The Navy has already spent about $6.2 billion in advanced procurement for the Columbia, which leaves about $8.2 billion remaining for the first boat. A summary of its new legislative proposal, obtained by Defense News, said the move is intended to “permit the Navy to enter into one block buy contract for up to two Columbia-class submarines (SSBN 826 and SSBN 827), providing industrial base stability, production efficiencies, and cost savings when compared to an annual procurement with options cost estimate.” Complicating matters is the potential for the coronavirus pandemic to create construction or funding issues that delay SSBN 826's first scheduled patrol in 2031, according to a recent Congressional Research Service report. To boot, it was unclear whether the Navy had accurately projected costs or whether stable funding would be available across the Navy's procurement portfolio. The Navy is confident the program is on track and negotiations are ongoing in line with what the Navy has previously disclosed, said Capt. Danny Hernandez, spokesman for the Office of the Assistant Secretary of the Navy for Research, Development and Acquisition. “The Columbia program is on track, it is our top acquisition priority,” Hernandez said in an email. "Per the Navy's Budget Submission, the Navy plans to award a contract modification for construction of the first two Columbia-Class ships as a priced option in FY20. "Formal option exercise and SSBN 826 construction start are planned for October 2020, following required Congressional authorizations and appropriation of funds.” This week, the Navy and General Dynamics were still negotiating on the terms of the two-ship buy, but what the ultimate savings would be for contracting for two together was not clear yet, according to a source familiar with the talks. No final deal can be negotiated until Congress has authorized the contract. Also unclear is how perturbations in the system from the COVID-19 outbreak might impact the supply and labor system, the source said. Indeed, the potential impact of COVID-19 on an already stressed submarine industrial base is one reason the strategy could be important, said Bryan Clark, a retired submarine officer a senior fellow at the Conservative Hudson Institute think tank. “There has already been advanced procurement money provided by Congress that has been used to build missile tubes, nuclear reactors and propulsion plants,” Clark said. "But there is a bunch of other equipment on the ship that you would like to buy in quantities: Pumps, valves, fans, a lot of habitability systems. “If you double the number of ships, you double the number that you buy and maybe you reduce your costs, but more importantly you support your industrial base.” To date, disruptions to the submarine supplier base and the Electric Boat shipyard have been comparatively mild, two sources familiar with the situation said. General Dynamics is interested in locking in a larger block buy for the remaining ten boats, and a source familiar with the company's thinking said the precise savings would be clear once the company gets further along with construction of the first boat. The third ship will officially be procured in 2026, so it gives the parties time to understand the program better. The Navy has been public about its desire to buy the first two submarines as a block but given that it's a new start program, that seemed premature, said Project On Government Oversight military analyst Dan Grazier. He noted that a multi-year procurement, under the law, would require a stable design, while a block buy would not. “The Navy claims the Columbia's design is much further along in the process than the Ohio was at this point, but the Navy's track record of designing and building ships recently is quite poor," Grazier said. "The Zumwalts, LCSs, and the Ford-class ships were designed using similar methods and the results have proven to be both costly and disappointing. It would be better to build the first boat and make sure the design actually works as intended because if it doesn't, then the money we save now will actually cost us much more in the future.” Clark, on the other hand, argued that while early multi-ship buys on new classes of ships are usually a bad idea, Columbia might be a special case where the risks associated with early block buys are sufficiently offset. “You wouldn't want to do a block buy if you thought the design was going to change significantly, as in you were going to buy one or two hulls and then revise it based on the results of testing or production issues,” Clark said. “On this one, more of the design is more complete so they are confident it is mature. "And with the experience General Dynamics has with submarine construction, they are confident in their path to build it without significant design changes.” The Navy is aiming to have more than 80 percent of the Columbia's design complete prior to construction starting later this Fall, double where they were at the start of construction on the lead boat of the Virginia class. The Columbia class is not the only big-ticket weapons program where the Pentagon is seeking latitude from Congress in pursuit of savings. For the Lockheed-made F-35 Joint Strike Fighter, DoD has separately proposed to use department funds to again bulk buy F-35 components ― “material and equipment” in “economic order quantities,” the proposal synopsis says ― for Lot 15 in fiscal 2021 through Lot 17 in 2023. Lawmakers have historically been supportive of such moves, and Congress authorized the purchase of F-35 economic order quantity buys in the fiscal 2020 defense policy bill. In October, the Defense Department and Lockheed finalized a deal for F-35 lots 12, 13 and 14, but the order is structured so that lot 13 and 14 fall under separate contract options, differentiating it from a block buy. Lt. Gen. Eric Fick, who leads the F-35 program on behalf of the government, has said that arrangement would likely continue over the next several production lots. "To date, we are pursuing a base-plus-options production contract vehicle for [lots] 15 to 17,” Fick said in March at the McAleese and Associates conference. “The business case that supports a three year multi year has not been there. We have not seen from Lockheed a business case that merits tying up three years of appropriated funds.” Clarification: The story has been updated to clarify the specific transaction for which the Navy is seeking authority from Congress. https://www.defensenews.com/congress/2020/05/13/dod-asks-congress-for-columbia-submarine-block-buy/

  • Saab Responds to NATO RFI with GlobalEye

    21 février 2023 | International, Aérospatial

    Saab Responds to NATO RFI with GlobalEye

    NATO will define its new generation capability within the Alliance Future Surveillance and Control (AFSC) project

  • Textron wants to expand Aerosonde drone operations throughout Europe

    12 septembre 2023 | International, Naval

    Textron wants to expand Aerosonde drone operations throughout Europe

    Textron currently flies its small UAS off four U.S. Navy ships.

Toutes les nouvelles