4 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - May 01, 2020

U.S. SPECIAL OPERATIONS COMMAND

Core One Solutions LLC, Sterling, Virginia (H92400-20-D-0002); Crisis Response Co. LLC, Keller, Texas (H92400-20-D-0003); Consulting Services Group LLC, Herndon, Virginia (H92400-20-D-0004); D3 Air & Space Operations Inc., St. Augustine, Florida (H92400-20-D-0005); Defense Acquisition Inc., Huntsville, Alabama (H92400-20-D-0006); EnGenius, Huntsville, Alabama (H92400-20-D-0007); Firebird AST, Arlington, Virginia (H92400-20-D-0008); Federal Information Systems Inc., San Antonio, Texas (H92400-20-D-0009); FITT Scientific LCC, Colonial Heights, Virginia (H92400-20-D-0010); Gemini Industries Inc., Burlington, Massachusetts (H92400-20-D-0011); Global Dimensions LLC, Fredericksburg, Virginia (H92400-20-D-0012); Geo Owl LLC, Wilmington, North Carolina (H92400-20-D-0013); Iron EagleX, Tampa, Florida (H92400-20-D-0014); INTEROP-ISHPI JV LLC, Virginia Beach, Virginia (H92400-20-D-0015); ITELITRAC Inc., Ashburn, Virginia (H92400-20-D-0016); Infinity Technology LLC, McLean, Virginia (H9240-020-D-0017); K2 Solutions Inc., Southern Pines, North Carolina (H92400-20-D-0018); Legion Systems LLC, Tampa, Florida (H92400-20-D-0019); Lukos LCC, Tampa, Florida (H92400-20-D-0020); METIS Celestar JV LLC, Tampa, Florida (H92400-20-D-0021); MHM Innovations Inc., Fairfax, Virginia (H92400-20-D-0022); Nisga'a Tek LLC, Chantilly, Virginia (H92400-20-D-0023); OSCAR DEUCE LLC, Virginia Beach, Virginia (H92400-20-D-0024); Prescient Edge Corp., McLean, Virginia (H92400-20-D-0025); ProCleared LLC, Chantilly, Virginia (H92400-20-D-0026); Preting LLC, Springfield, Virginia (H92400-20-D-0027); Quiet Professionals, Tampa, Florida (H92400-20-D-0028); R3 Strategic Support Group Inc., Coronado, California (H92400-20-D-0029); The Red Gate Group Ltd., Chantilly, Virginia (H92400-20-D-0030); R&K Enterprise Solutions Inc., Newport News, Virginia (H92400-20-D-0031); RMGS Inc., Virginia Beach, Virginia (H92400-20-D-0032); Special Applications Group, Tampa, Florida (H92400-20-D-0033); SOLUTE Inc., San Diego, California (H92400-20-D-0034); Systems Plus Inc., Rockville, Maryland (H92400-20-D-0035); Spathe Systems LLC, Tampa, Florida (H92400-20-D-0036); Strategic Solutions Unlimited Inc., Fayetteville, North Carolina (H92400-20-D-0037); Streamline Defense LLC, Tampa, Florida (H92400-20-D-0038); T3i Inc., Imperial Beach, California (H92400-20-D-0039); TriDcor JV LLC, Wesley Chapel, Florida (H92400-20-D-0040); Tyoneck Global Services LLC, Anchorage, Alaska (H92400-20-D-0041); Threat Tec LLC, Hampton, Virginia (H92400-20-D-0042); Universal Strategy Group Inc., Franklin, Tennessee (H92400-20-D-0043); Vistra Communications LLC, Lutz, Florida (H92400-20-D-0044); VxL Enterprise LLC, Alexandria, Virginia (H92400-20-D-0045); Walsingham Group Inc., Fayetteville, North Carolina (H92400-20-D-0046); and Webworld Technologies Inc., Fairfax, Virginia (H92400-20-D-0047), were awarded 46 indefinite-delivery/indefinite-quantity contracts worth $950,000,000 maximum for Special Operations Forces core support services in support of U.S. Special Operations Command (USSOCOM) enterprise requirements in the U.S. and globally. Contracted subject matter expertise and knowledge-based services will support education, training, engineering, technical, professional, administrative, management support, program management and other requirements. Funding shall be provided on a delivery order basis. Fiscal 2020 operations and maintenance funds will be used to satisfy a $2,500 contract minimum guarantee. The contracts were awarded competitively using Federal Acquisition Regulation Part 15 procedures. USSOCOM, Tampa, Florida, is the contracting activity.

AIR FORCE

COLASKA Inc., North Pole, Alaska (FA5004-20-D-0001); HC Contractors Inc., North Pole, Alaska (FA5004-20-D-0002); Paving Products Inc., Fairbanks, Alaska (FA5004-20-D-0003); Great Northwest Inc., Fairbanks, Alaska (FA5004-20-D-0004); and Granite Construction Co., Watsonville, California (FA5004-20-D-0005), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $350,000,000 under a multiple award task order contract for airfield/roadway paving and striping. These contracts provide for all plant, labor, supervision, equipment and materials necessary to repair, maintain and construct roads, parking lots, airfields and associated incidental work. Work will be performed on Eielson Air Force Base, Alaska; Fort Wainwright, Alaska; Fort Greely, Alaska; Clear Air Force Station, Alaska; and 168th Air National Guard property, Alaska, and work is expected to be completed April 30, 2027, if all six options are exercised. These awards are the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 354th Contracting Squadron Eielson Air Force Base, Alaska, is the contracting activity.

Point Junction Car Rental, Doha, Qatar, has been awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for lease vehicle services at Al Udeid Air Base, Qatar. This is a non-personal services contract to provide vehicle lease service for the Expeditionary Logistic Readiness Support Squadron. Work will be completed Nov. 30, 2024, and is the result of a competitive acquisition with 21 offers received. Fiscal 2020 operations and maintenance funds in the amount of $30,713 will be obligated at the time of award. The 379th Expeditionary Contracting Squadron, Al Udeid Air Base, Qatar, is the contracting activity (F5702-20-D-0201).

The Applied Research Laboratory at University of Hawaii, Honolulu, Hawaii, has been awarded a $75,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to establish or maintain an essential engineering, research, or development capability to be provided by an educational or other nonprofit institution or a federally funded research and development center under the authority 10 U.S. Code 2304(c)(3)(B). The purpose of the Vanguard Center's Unified University Affiliated Research Center (UARC) for Maui High Performance Computing Center (MHPCC) Support (VaCUUMS) is to leverage the UARC's core competencies to accomplish research, development, test, and evaluation (RDT&E). The Air Force Research Laboratory UARC is necessary to maintain essential engineering, research and development capabilities at the MHPCC Vanguard Center by conducting scientific and technology investigations and by providing scientific expertise, capabilities and interdisciplinary facilities required for progression from basic theories of knowledge to practical and realistic fielded application in the areas of: sensor development; image processing; command and control integration; advanced data visualization and analytics; machine learning; and autonomy. Work will be performed in Maui, Hawaii, and is expected to be completed May 2024. This award is the result of the sole-source acquisition, and fiscal 2020 RDT&E funds in the amount of $358,422 are being obligated under Task Order 0001 (FA9451-20-F-0004) at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-20-D-0004).

Akima Support Operations LLC, Colorado Springs, Colorado, has been awarded a $14,499,202 firm-fixed-price, cost-reimbursement contract to exercise Option Period Four for civil engineer services. The contractor will provide non‐personal services for continued operational support and civil engineer services to include engineering, environmental, operations, maintenance and emergency management. Work will be performed at MacDill Air Force Base, Florida, for the period of May 1, 2020, to April 30, 2021. Fiscal 2020 operations and maintenance funds in the amount of $14,499,202 is being obligated at the time of award. The 6th Contracting Squadron, MacDill AFB, Florida, is the contracting activity (FA4814‐17‐C‐0002).

NAVY

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $123,526,724 modification (P00001) to previously awarded, fixed-price, incentive-firm-target contract N00019-19-C-0011. This modification procures the necessary hardware, systems engineering, technical support, analysis and studies to integrate the Department of Navy Large Aircraft Infrared Countermeasures system onto aircraft for the Navy, Army, Air Force and the governments of Norway and New Zealand. Work will be performed in Rolling Meadows, Illinois (34%); Goleta, California (30%); Longmont, Colorado (11%); Blacksburg, Virginia (6%); Lewisburg, Tennessee (3%); Boulder, Colorado (3%); Carlsbad, California (2%); Apopka, Florida (1%); and various locations within the continental U.S. (10%). Weapon replaceable assemblies hardware procurements are as follows: 418 Advanced Threat Warning (ATW) sensors, 272 High Capacity Cards (HCCs), 160 Personal Computer Memory Card International Association (PCMCIA) cards, 64 Guardian Laser Transmitter Assemblies (GLTAs), 64 GLTA shipping containers, 53 -2103 signal, 48 Control Indicator Unit Replaceable (CIURs), 14 Smart Connector Assemblies (SCAs) and six Multi-Role Electro-Optical End-to-End Test Sets (MEONs) for the Navy; 156 HCCs, 138 ATW sensors, 23 CIURs and 23 -2103 signal for the Army; 64 PCMCIA cards and 45 ATW sensors for the Air Force; six GLTAs, six GLTA shipping containers, six SCAs and four HCCs for the government of Norway; and 30 Infrared Missile Warning Sensors, five GLTAs, five GLTA shipping containers, five SCAs, three HCCs, two CIURs and two MEONs for the government of New Zealand. Work is expected to be complete by July 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $76,228,341; fiscal 2020 procurement (Air Force) funds in the amount of $2,926,699; fiscal 2020 research, development, test and evaluation funds (Navy) in the amount of $2,802,286; fiscal 2019 procurement (defense-wide) funds in the amount of $3,418,527; fiscal 2019 aircraft procurement (Navy) funds in the amount of $410,223; fiscal 2018 aircraft procurement (Army) funds in the amount of $25,262,278; fiscal 2018 aircraft procurement funds (Navy) in the amount of $3,184,415; and Foreign Military Sales funds in the amount of $9,293,955 will be obligated will be obligated at time of award, $3,184,415 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($82,625,265; 67%); Army ($25,262,278; 20%); Air Force (6,345,226; 5%); the government of New Zealand ($6,338,009; 5%); and the government of Norway ($2,955,946; 2%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $49,999,999 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides non-recurring engineering and logistics support for the Live, Virtual, and Constructive (LVC) family of training systems. Work will be performed in Mayport, Florida (20%); Jacksonville, Florida (20%); North Island, California (20%); Kaneohe, Hawaii (20%); and various locations outside the continental U.S. (20%). The LVC Integrated Training System is a networked, personal computer (PC) based deployable trainer designed to support integrated and coordinated tactical training and simulation. Additionally, this contract procures the current training system configuration comprised of PCs with each PC system representing a mission training station in a particular aircraft (i.e. SH-60B, SH-60F, P-3C), shipboard system or combat systems which, when in a networked environment, allow for integrated mission training. Work is expected to be complete by April 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via Federal Business Opportunities; one offer was received. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0015).

Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded a $27,430,321 firm-fixed-price, cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-19-C-4101 to exercise options to procure integrated bridge and navigation systems for the DDG-51 (guided missile destroyer) New Construction Ship Program and DDG-51 Midlife Modernization Program with physical throttles kits and engineering services. Work will be performed in Charlottesville, Virginia. The integrated bridge and navigation system is a hull, mechanical and electrical upgrade. It is part of the comprehensive plan to modernize the DDG-51 class to ensure the ships remain combat relevant and affordable throughout their life. Work is expected to be complete by August 2021. Fiscal 2020 other procurement (Navy); and 2019 and 2020 shipbuilding and conversion (Navy) funding in the amount of $18,759,918 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, D.C., is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $19,467,608 cost-plus-incentive fee, cost-plus-fixed-fee, undefinitized contract modification (N00024-20-C-5105) for the procurement of the Korean Gun Computing System development, software, and hardware and subassemblies for installation. This modification will finalize the Korean Gun Computing System interface design specifications for the integration with the Aegis combat system. This contract involves Foreign Military Sales (FMS) to the government of South Korea. Work will be performed in Seoul, South Korea (51%); Moorestown, New Jersey (46%); and Clearwater, Florida (3%), and is expected to be complete by July 2026. FMS funding in the amount of $1,975,021 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with the authority from 10 U.S. Code 2304 (c)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 29, 2020)

Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $17,220,849 cost-plus-fixed-fee, firm-fixed-price order under basic ordering agreement N00024-18-G-5501 for dual band radar systems engineering in support of CVN 78. Work will be performed in Portsmouth, Rhode Island (30%); Andover, Massachusetts (30%); Tewksbury, Massachusetts (20%); and Marlborough, Massachusetts (20%), and is expected to be complete by February 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $17,220,849 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) with only one responsible source, and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5506).

Ocean Ships Inc., Houston, Texas, is awarded a $15,114,743 modification for the fixed-price portion of previously awarded contract N32205-19-C-3003 to fund the operation and maintenance of two expeditionary transfer dock (ESD) vessels: U.S. Naval Ship (USNS) Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). Work will be performed at sea worldwide, and the vessels will continue to support Military Sealift Command's world-wide prepositioning requirements. Work is expected to be complete by November 2024, if all options are exercised. This modification exercises the first of four one-year option periods of this contract. Working capital funds (Navy) in the amount of $15,114,743 are obligated for fiscal 2020 and fiscal 2021, and will not expire at the end of each year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $11,786,168 firm-fixed-price modification to previously awarded contract N00024-17-C-4109 to exercise options for procurement of AN/USQ-82(V) hardware in support of DDG-51 (guided missile destroyer) class new construction, DDG- 51 class modernization, and Aegis Ashore Japan. Work will be performed in Johnstown, Pennsylvania. The AN/USQ-82(V) Program is a control system network. Its purpose is to transfer mission critical data to and from users associated with combat, navigation, aviation, power, propulsion, steering, alarms indicating and damage control systems. Work is expected to be complete by August 2021. This contract combines purchases for the Navy (79%) and government of Japan (21%) under the Foreign Military Sales (FMS) program. Fiscal 2020 other procurement (Navy); 2020 and 2013 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $11,786,168 will be obligated at the time of the award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Del Medical Inc., Bloomingdale, Illinois, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for radiology systems, accessories and training. This is a five‐year base contract with one five‐year option period. This was a competitive acquisition with 50 responses received. Location of performance is Illinois, with an April 30, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐20‐D‐0009).

Vitol Inc., Houston, Texas, has been awarded a maximum $99,594,897 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 14 responses received. This is a one-year contract with a 30-day carry-over period. Locations of performance are Texas and the United Kingdom, with a July 30, 2021, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-20-D-0482).

First Nation Group LLC, doing business as Jordan Reses Supply, Niceville, Florida, has been awarded a maximum $47,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with an April 30, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0037).

The Boeing Co., doing business as Boeing, St. Louis, Missouri, has been awarded a maximum $29,864,155 firm-fixed-price, fixed-quantity contract for B-52 hatches. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, three-month contract with no option periods. Locations of performance are Missouri and Kansas, with a July 15, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-20-F-0014).

Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $8,771,992 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a variety of trousers and parkas. This is a one-year base contract with two one-year option periods. This was a competitive acquisition with one response received. Locations of performance are Florida and Tennessee, with an April 30, 2021, performance completion date. Using military services are the Marine Corp, Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1273).

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Next Tier Concepts, Vienna, Virginia, was awarded an estimated $24,919,863 firm-fixed-price contract modification (HS0021-19-D-0132-P00005) and task order modification (HS0021-19-F-0115-P00003) for the Defense Counterintelligence and Security Agency (DCSA). These modifications extend performance for functions supporting the background investigation mission. Work will be performed in Boyers, Pennsylvania. This task order modification is funded with fiscal 2020 DCSA working capital funds with $15,045,937 obligated at time of award. The anticipated period of performance for the task order includes a three-month base period from May 1, 2020, to July 31, 2020, plus two one-month option periods of August 2020 and September 2020. This requirement was synopsized on the Federal Business Opportunities website as a sole-source requirement on April 15, 2020. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services meet agency requirements. The justification and approval will be posted within 14 days of award. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity.

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $16,695,000 firm-fixed-price contract for dredging of the Oakland, California, inner and outer harbor plus transportation of the dredged material. Bids were solicited via the internet with three received. Work will be performed in Oakland, California, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $16,695,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0005).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2173758/source/GovDelivery/

Sur le même sujet

  • Raytheon and C3.ai announce alliance on artificial intelligence solutions

    1 décembre 2020 | International, C4ISR

    Raytheon and C3.ai announce alliance on artificial intelligence solutions

    Andrew Eversden WASHINGTON — Raytheon's intelligence and space business is partnering with C3.ai, a software company known for its predictive maintenance business with the U.S. Air Force, the companies announced Monday. The alliance between C3.ai and Raytheon Intelligence and Space aims to speed up artificial intelligence adoption across the U.S. military. The partnership will pair Raytheon's expertise in the defense and aerospace sector with C3.ai's artificial intelligence development and applications. “The military and intelligence community have access to more data now than any time in history, but it's more than they're able to make quick use of,” said David Appel, vice president of defense and civil solutions for space and C2 systems under Raytheon Intelligence and Space. “Artificial intelligence can be used to help them make sense of that data, which will allow them to make smarter decisions faster on the battlefield. And that's just one of the benefits.” In recent years, C3.ai has positioned itself as a trusted partner of the Air Force, providing predictive maintenance capabilities for the service's E-3, C-5 Galaxy, F-15, F-16, F-18 and F-35 aircraft. The Pentagon's Silicon Valley arm that helped bridge C3.ai into the Pentagon, the Defense Innovation Unit, estimated that the program could save the service $15 billion annually in maintenance funds if it was scaled to the Defense Department's entire aircraft fleet. In January, DIU awarded a five-year, $95 million contract to C3.ai for predictive maintenance. The alliance between the two companies will also focus on helping the intelligence community. “Raytheon and C3.ai are driven by similar purposes: Anticipating and solving our customers' most difficult problems,” said Thomas Siebel, CEO of C3.ai. “Together, we offer an end-to-end enterprise AI platform and mission-tailored applications that will dramatically reduce cost and risk, accelerate adoption and deployment of AI solutions, and scale the impact of AI across any organization.” In September, the Air Force's rapid sustainment office selected C3.ai's C3 AI Suite platform and C3 AI Readiness product to support predictive maintenance across the service's enterprise. “Raytheon and C3.ai represent key partners for the U.S. Air Force, and specifically the Rapid Sustainment Office, in realizing the vision of harnessing AI to transform the military into a digital organization,” said Nathan Parker, deputy program executive officer for the Air Force Rapid Sustainment Office. “Fulfilling this vision of broad implementation requires identifying applicable use cases for AI across the Air Force, rapidly piloting solutions, and scaling successes across our enterprise to accelerate the transformation.” Also on Monday, C3.ai announced that it will be launching an initial public offering. It expects shares to be valued between $31-$34. https://www.c4isrnet.com/artificial-intelligence/2020/11/30/raytheon-and-c3ai-announce-alliance-on-artificial-intelligence-solutions/

  • The military should turn its network innovation upside down

    8 février 2023 | International, Terrestre

    The military should turn its network innovation upside down

    When it comes to network innovation, the Pentagon should let our warfighters decide what risks to take.

  • Contract Awards by US Department of Defense - November 29, 2018

    30 novembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 29, 2018

    NAVY CDWG Government LLC, Vernon Hills, Illinois (N66001-19-A-0002); Dell Federal Systems LP, Round Rock, Texas (N66001-19-A-0003); GovConnection Inc., Rockville, Maryland (N66001-19-A-0004); Insight Public Sector Inc., Chantilly, Virginia (N66001-19-A-0005); Minburn Technology Group LLC, Great Falls, Virginia (N66001-19-A-0006); and SHI International Corp. Somerset, New Jersey (N66001-19-A-0007), are awarded multiple-award, firm-fixed-price blanket purchase agreements (BPA) in accordance with a General Services Administration Federal Supply Schedule contract. The overall estimated value of this BPA is $3,170,000,000. This agreement will provide commercially available Microsoft brand name perpetual software licenses and annual subscriptions for the Department of Defense (DOD), U.S. intelligence community, and U.S. Coast Guard activities worldwide. The products provided are commercial off-the-shelf products that will meet functional requirements for desktop software solutions, operating systems, virtualization, management tools, mobility, and software assurance. This BPA is issued under the DOD Enterprise Software Initiative (ESI) in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement Section 208.74. DoD ESI streamlines software licensing acquisition and provides information technology products that are compliant with DOD technical standards and represent the best value for the DOD. Places of performance will be determined by each individual delivery order. The ordering period will be for 10 years from Nov. 29, 2018, through Nov. 27, 2028. This agreement will not obligate funds at the time of award. Funds will be obligated under delivery orders primarily using operations and maintenance funds (DOD). Future requirements will be competed among six awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2). This contract was competitively solicited from among 895 vendors with six proposals received and six selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity. General Dynamics Information Technology Inc., Fairfax, Virginia, is awarded an $85,916,000 single award, indefinite-delivery/indefinite-quantity, performance based service contract utilizing cost-plus-fixed-fee and firm-fixed-price task orders for Navy secure voice systems and services. Tasks will include systems engineering and life-cycle sustainment as an in-service engineering activity as well as programmatic support services. The contract includes a five-year ordering period with one four-year option and one six-month option period which, if exercised, would bring the cumulative value of this contract to an estimated $91,194,000. Funds in the amount of $25,000 will be placed on the first task order and obligated at the time of award. Work will be performed worldwide and is expected to be completed by November 2023. If all options are exercised, work could continue until November 2029. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured using full and open competition in accordance with 10 U.S. Code 2304(a)(1), via the Space and Naval Warfare Systems Command e-Commerce and Federal Business Opportunities websites, with one timely offer received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity (N6523619D8002). IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded $76,815,335 for modification P00050 to a previously awarded firm-fixed price, cost reimbursable contract (N00019-15-C-0120) to exercise the third option year for logistics support services on the E-6B aircraft. This contract provides for maintaining and supporting the E-6B Take Charge and Move Out and Airborne Command Post aircraft, support equipment, aircraft weapon system parts, associated support sites, and supporting organizations. Work will be performed in Oklahoma City, Oklahoma (70 percent); Patuxent River, Maryland (10 percent); Bellevue, Nebraska (10 percent), and Fairfield, California (10 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $51,582,789 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. Sierra Nevada Corp. Sparks, Nevada, is awarded a $30,835,738 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure standoff precision guided munitions modified cargo doors, sensor conversion units, spares, data and other related support. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by December 2024. Fiscal 2018 procurement (Defense) funding in the amount of $1,118,276 will be obligated at time of award and will not expire at the end of fiscal 2019. This contract was not competitively procured and awarded on a sole source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ42). Science and Engineering Services LLC,* Huntsville, Alabama, is awarded an undefinitized contract action with a not-to-exceed value of $25,437,426 for the refurbishment, modification, and delivery of four SH-60F aircraft for the government of Spain under the Foreign Military Sales program. Work will be performed in Huntsville, Alabama, and is expected to be completed in March 2021. Foreign Military Sales funds in the amount of $6,035,232 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-4. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0022). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,497,196 modification to a previously awarded cost-plus-fixed-fee, firm-fixed-price indefinite-delivery/indefinite-quantity contract (N00019-18-D-0129). This modification exercises the ordering period for the first option year and provides for emerging capabilities and analysis systems engineering activities to include programmatic and logistics tasks that will analyze the F-35 air system's ability to meet future operational requirements, investigating cost and weight reduction program options, and conducting modeling and simulation activities. Additional assessments may include such efforts as analyzing changes to design life, operational readiness, reliability, and air system design and configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $13,827,828 for cost-plus-fixed-fee delivery order N00019F2589 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for production engineering support for the installation and integration of systems required to initiate, evaluate, and integrate modifications to F/A-18E/F and EA-18G aircraft for continued system effectiveness and product assurance for aircraft testing. Work will be performed in Patuxent River, Maryland (82 percent); and St. Louis, Missouri (18 percent), and is expected to be completed in December 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,927,965 are being obligated on this 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. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $13,191,746 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-17-D-4007) to exercise the first option for base operations support services at Naval Support Activity (NSA), Kingdom of Bahrain. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform security operations, galley services, unaccompanied housing, facility management, emergency service requests, urgent service, routing service, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, utility management, wastewater, operate reverse osmosis water treatment system, chiller and transportation, at NSA. After award of this option, the total cumulative contract value will be $26,645,633. Work will be performed in NSA, Kingdom of Bahrain, and work is expected to be completed December 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,051,252 for non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa and Southwest Asia, Naples, Italy, is the contracting activity. Archer Technologies International Inc.*, Shawnee, Oklahoma, is awarded an $11,896,710 firm-fixed-price indefinite-delivery, indefinite-quantity contract. This contract provides for supplies and repair services in support of the U.S. Navy and U.S. Air Force Guided Bomb Unit (GBU)-10, GBU-12, GBUU-28, and GBU-32 weapon system. Supplies and repair services to be provided include Universal Wing Actuator Tools (UWAT) full assemblies; super bolts (with spherical tip) full assembly, individual parts for the UWAT full assembly, individual parts for the Super Bolt full assembly, individual parts for the PaveWay Systems Parts, and repair services in support of U.S. Air Force and U.S. Navy PaveWay II and PaveWay III GBU Airfoil Group Maintenance & Repair lines. Work will be performed in Shawnee, Oklahoma (90 percent) and China Lake, California (10 percent), and is expected to be completed in November 2023. Fiscal 2019 procurement of ammunition (Navy and Marine Corps) and fiscal 2019 operations and maintenance (Air Force) funds in the amount of $262,862 will be obligated at time of award, $47,100 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0019). Vigor Marine LLC, Portland, Oregon, is awarded a $10,796,799 firm-fixed-price contract for a 51-calendar day shipyard availability for the regular overhaul and dry docking of USNS Washington Chambers (T-AKE 11). Work will include furnishing general services for the ship, forward aqueous firefighting foam system piping replacement, cargo pump room pipe replacement, docking and un-docking vessel, propeller shaft and stern tube inspection, underwater hull spot blast and painting, freshwater stern tube lubrication system installation, and flight deck nonskid renewal. The contract includes options which, if exercised, would bring the total contract value to $11,140,130. Work will be performed in Portland, Oregon, will commence Jan. 15, 2019, and is expected to be completed by March 7, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,140,130 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6003). General Electric Aviation, Evandale, Ohio, is awarded $8,422,109 for modification P00001 to a firm-fixed-price delivery order (N0042118F0121) previously issued against basic ordering agreement FA8122-14-G-0001. This modification provides for supplies and services required to complete Engineering Change Proposal G414-A-18, “F414-GE-400 spraybar B-nut rework” for the F/A-18E/F and EA-18G aircraft, including main short and ignition spraybars and bolts. Work will be performed in Lynn, Massachusetts, and is expected to be completed in July 2020. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $8,422,109 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. ARMY Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $247,852,066 modification (P00041) to contract W91RUS-13-C-0006 for operation, maintenance, and communications services. Work will be performed in Kuwait City, Kuwait; Camp As Sayliyah, Qatar; Bagram Airfield, Afghanistan; FOB Union III, Iraq; Camp Red Leg, United Arab Emirates; and Jordan, Jordan, with an estimated completion date of Feb. 28, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $178,019,615 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Technica LLC,* Charleston, South Carolina, was awarded a $33,948,159 modification (0004 93) to contract W52P1J-12-G-0018 for logistics support services, including maintenance, transportation, and supply support. Work will be performed in El Paso, Texas, with an estimated completion date of Dec. 2, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $28,468,083 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Radiance Technologies Inc.,* Huntsville, Alabama, was awarded a $28,217,815 cost-plus-fixed-fee contract for high energy laser lethality assessment and program support. Twenty-three bids were solicited with one bid received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 15, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $724,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0015). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $13,746,496 modification (P00168) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle fielding. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of June 30, 2019. Fiscal 2017 and 2018 procurement, Marine Corps; Office of Army Reserve; and other procurement, Army funds in the combined amount of $13,746,496 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. AIR FORCE Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded a $60,638,210 modification (P00011) to contract FA8540-14-D-0001 for Embedded Global Positioning Systems and Inertial Navigation Systems (INS). The contract modification is to extend and increase the ceiling of the current indefinite delivery/indefinite quantity contract, consisting of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the INS. Work will be performed in Woodland Hills, California, and is expected to be completed by June 30, 2019. This modification involves foreign military sales and no funds are being obligated at the time of award. Total cumulative face value of the contract is $260,638,210. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded a not-to-exceed $59,120,543 contract for engineering, manufacturing and development of the Embedded Global Positioning Systems and Inertial Navigation Systems. Work will be performed in Woodland Hills, California, and is expected to be completed by Sept. 30, 2019. This award is the result of a sole-source acquisition and one offer was received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $28,969,066 is being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-19-C-0001). (Awarded Nov. 28, 2018) Scientific Research Corp., Atlanta, has been awarded an $11,966,292 firm-fixed-price contract to exercise option one in previously awarded contract FA8617-17-C-6227 for T-6A aircraft kit production and installation. Work will be performed at Columbus Air Force Base, Mississippi; Vance AFB, Oklahoma; Laughlin AFB, Texas; Sheppard AFB, Texas; Naval Air Station Pensacola, Florida, and Joint Base San Antonio – Randolph, Texas, and is expected to be completed by Jan. 1, 2020. Fiscal 2019 aircraft procurement funds in the amount of $11,966,292 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8617-17-C-6227-P00007). (Awarded Nov. 26, 2018). Arizona State University, Tempe, Arizona, has been awarded an $11,070,493 cost contract for Cognitive Human Enhancements For Cyber Reasoning Systems (CHECRS) software system. This contract provides for research, design, development, demonstration, test, integration, collaboration, and delivery of a CHECRS software system that will enable computers and humans to collaboratively reason over software artifacts (source code, compiled binaries, etc.) with the goal of finding zero day vulnerabilities at a scale and speed appropriate for the complex software ecosystem. Work will be performed at Tempe, Arizona, and is expected to be completed by May 29, 2022. This award is the result of a competitive acquisition and 50 offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0003). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1701429/source/GovDelivery/

Toutes les nouvelles