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

Contract Awards by US Department of Defense - May 06, 2020

DEFENSE LOGISTICS AGENCY

Intuitive Surgical Inc., Sunnyvale, California, has been awarded a maximum $420,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical robots, instruments and their related accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 105 responses received. Location of performance is California, with a May 5, 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-0006).

Hartford Provision Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $49,473,750 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Locations of performance are Massachusetts, Rhode Island and Connecticut, with a May 6, 2024, performance completion date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3271).

The Will-Burt Co., Orrville, Ohio, has been awarded a maximum $43,186,213 fixed-price long term contract for masts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Ohio, with a May 5, 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 Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0078).

CORRECTION: The contract announced on April 29, 2020, for Raytheon Co., Andover, Massachusetts (SPRRA2-20-C-0023), for $13,688,190 was announced with an incorrect award date. The correct award date is May 4, 2020.

NAVY

Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded an $187,126,853 modification to previously awarded contract N00024-18-C-2106 to prepare and make ready for the refueling complex overhaul (RCOH) of USS John C. Stennis (CVN 74). Work will be performed in Newport News, Virginia (65%); and Norfolk, Virginia (35%). This modification will extend the period of performance for continued advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, development of cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, pre-overhaul preparations, refueling preparations and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. Work is expected to complete by January 2021. This modification constitutes the award of an existing option for an additional six months of effort. The original contract and this modification will be accomplished by Huntington Ingalls Industries Inc., Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Industries Inc. is the original building yard contractor for all ships of the CVN-68 class, the reactor plant planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the CVN 74 RCOH. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $187,126,853 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.

The Boeing Co., Seattle, Washington, is awarded a $29,059,944 modification (P00172) to previously awarded firm-fixed-price contract N00019-14-C-0067 for the production and delivery of 10 P-8A A-kits, 10 turret deployment units and eight mechanism units in support of Lot 10 P-8A production aircraft. Work will be performed in Seattle, Washington (91%); and Mesa, Arizona (9%), and is expected to be complete by January 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,059,944 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

W.M. Jordan Co. Inc., Newport News, Virginia, is awarded $26,929,000 for firm-fixed-price task order N40085-20-F-5271, under a multiple award construction contract for the design-build repair and renovation of Bachelor Enlisted Quarters Building (BEQB) 3609, Joint Expeditionary Base, Little Creek-Fort Story, Virginia. Work will be performed in Virginia Beach, Virginia. The work will provide for the design and construction renovation of BEQB 3609 to meet current quality standards and facility criteria for unaccompanied housing for the Navy. The site and building will be modified to meet anti-terrorism force protection requirements. Major building systems such as plumbing, heating, ventilation, and air condition, electrical and fire protection will be replaced with new systems. Work is expected to be complete by October 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $26,929,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9089).

L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $12,719,770 cost-plus-fixed-fee and cost contract for engineering services and capability development in support of the Undersea Warfare and Surface Warfare systems. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Newport, Rhode Island (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be complete by April 2021. If all options are exercised, work will continue through April 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $69,458,660. This contract combines purchases for the Navy (98%) and the government of Japan (2%) under the Foreign Military Sales (FMS) program. Fiscal 2020 research, development, test and evaluation (Navy); 2020 operations and maintenance (Navy); 2020 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $6,142,292 will be obligated at time of award. Funding in the amount of $1,191,829 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5211).

The Boeing Co., Seattle, Washington, is awarded a $7,039,596 cost-plus-fixed-fee order (N00019-20-F-0647) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering for the design, fabrication and correction of deficiencies required for the delivery and installation of retrofit kits for Navy P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities. Work will be performed in Puget Sound, Washington. The P-8A ECP 6 provides a significant modification to the baseline aircraft, installing new airframe racks, radomes, antennas, sensors and wiring, while incorporating a new combat system suite with an improved computer processing and security architecture capability at the higher than secret level, a wide band satellite communication system, an anti-submarine warfare signal intelligence capability, a minotaur track management system and additional communications and acoustics systems to enhance search, detection and targeting capabilities. Work is expected to be complete by May 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,039,596 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Stantec Consulting Services Inc., Lexington, Kentucky, was awarded a $45,000,000 firm-fixed-price contract for U.S. Army Corps of Engineers Dam Safety Modification Mandatory Center of Expertise, national dam and levee safety, and geotechnical services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 5, 2025. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-D-0010).

Thomas Instrument Inc.,* Brookshire, Texas, was awarded an $8,788,301 firm-fixed-price contract for maintenance and overhaul of UH-60 Blackhawk helicopters. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 6, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0368).

AIR FORCE

Space Exploration Technologies Corp., Hawthorne, California, has been awarded an $8,904,146 firm-fixed-price modification (P00007) to contract FA8811-19-C-0004 for non-National Security Space (NSS) Fleet surveillance. This contract provides for non-NSS Fleet surveillance efforts across the Space Exploration family of launch vehicles for non-NSS missions. The location of performance is Hawthorne, California; Vandenberg, California; and Cape Canaveral Air Force Space Station, Florida. The work is expected to be completed by Nov. 8, 2020. Fiscal 2019 missile procurement funds in the amount of $2,226,037; and fiscal 2019 space procurement funds in the amount of $6,678,110 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-C-0004).

AT&T Government Solutions Inc., Oakton, Virginia; and El Segundo, California, has been awarded a $8,449,798 modification (P00047) to contract FA8819-15-F-0005 for continued mission support services to the Space Force, Air Force Space and Missile Systems Center, Special Programs Directorate. Work will be performed at Los Angeles Air Force Base, California; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,976,668; fiscal 2020 operations and maintenance funds in the amount of $453,295; and fiscal 2019 Space production funds in the amount of $76,500 are being obligated at the time of award. Total cumulative face value of the contract is $54,074,819. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2178741/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - December 06, 2019

    9 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 06, 2019

    NAVY Northrop Grumman Mission Systems, Linthicum, Maryland is awarded a $188,995,364 modification for the firm-fixed-price portion of a previously-awarded contract (M67854-19-C-0043). This modification is for the purchase of six Gallium Nitride full-rate-production systems and associated travel in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be complete by April 4, 2023. Fiscal 2020 procurement (Marine Corps) funds for $188,995,364 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $153,392,916 cost-plus-fixed-fee modification to a previously-awarded contract (N00019-19-C-0074). This modification procures special tooling and special test equipment required to meet current and future F-35 Lightning II low-rate initial production as well as full-rate production rates. Work will be performed in Rome, Italy (29.9%); Redondo Beach, California (24.4%); Fort Worth, Texas (21.3%); Clearfield, Utah (10.4%); Marietta, Georgia (6.9%); Samlesbury, United Kingdom (3.7%); Papendrecht, Netherlands (0.9%); Irvine, California (0.7%); Williston, Vermont (0.6%); Helena, Montana (0.5%); Kongsberg, Norway (0.4%); and Amityville, New York (0.3%), and is expected to be completed in December 2023. Fiscal 2018, 2019 and 2020 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. Department of Defense (DoD) international partners; and Foreign Military Sales (FMS) funds in the amount of $153,392,916 will be obligated at time of award, $39,892,893 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($55,841,076; 36%); Navy ($51,887,772; 34%); Marine Corps ($22,286,205; 15%); non-U.S DoD international partners ($17,564,488; 11%); and FMS customers ($5,813,375; 4%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $21,381,819 cost-plus-incentive-fee delivery order under a previously-awarded indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the procurement of long-lead-time material for two Virginia Block V hulls, one Virginia installation and checkout kit, one pre-production unit and associated hardware assets to support environmental qualification testing. This effort will award the procurement of Navy equipment. Work will be performed in Syracuse, New York, and is expected to be completed by December 2020. Fiscal 2019 shipbuilding and conversion (Navy) funding for $21,381,819 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $12,819,390 modification (P00015) to a previously-awarded firm-fixed-price contract (N61340-17-C-0014) to procure additional in-scope work and technical data to refurbish and update the E-2D Hawkeye Integrated Training System-III at Naval Station Norfolk, Virginia. Work will be performed in Norfolk, Virginia, and is expected to be completed in May 2021. Fiscal 2018, 2019 and 2020 aircraft procurement (Navy-AP, N) funds in the amount of $12,819,390 will be obligated at time of award, $9,615,568 of which will expire at the end of the current fiscal year — fiscal 2018 AP, N: $9,615,568; fiscal 2019 AP, N: $1,436,802; and fiscal 2020 AP, N: $1,767,020. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Austal USA, Mobile, Alabama, is awarded a not-to-exceed $9,198,875 fixed priced incentive firm target (FPI(F)) undefinitized contract action modification to previously-awarded contract N00024-19-C-2227 for the immediate procurement of long-lead-time material, engineering and production to support changes to the arrangement of the 02 and 03 Levels on Expeditionary Fast Transports (EPF) 13 and 14. The EPF class provides high speed, shallow draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps and Army. Work will be performed in Mobile, Alabama, and is expected to be complete by November 2021. Fiscal 2018 and 2019 shipbuilding and conversion (Navy-SCN) funding for $4,599,438 will be obligated at time of award and will not expire at the end of the current fiscal year -- fiscal 2018 SCN (62%); and fiscal 2019 SCN (38%). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Invicta Global, LLC, * Fort Worth, Texas, is awarded an $8,683,299 indefinite-delivery/indefinite-quantity contract for facility support services at the U.S. Naval Research Laboratory, Washington, District of Columbia. The maximum dollar value including the base period and six option years is $62,498,327. The work to be performed provides for all management, supervision, labor, materials and equipment necessary to provide facility support including facility investment, facility management, integrated solid waste management and pavement clearance. Work will be performed in Washington, District of Columbia, and is expected to be completed by June 2027. No funds will be obligated at time of award. Fiscal 2020 Navy working capital fund, (Navy) contract funds for $6,732,669 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0002). U.S. TRANSPORTATION COMMAND UNCOMN LLC, Scott Air Force Base, Illinois (HTC711-20-D-D001), has been awarded an indefinite-delivery/indefinite-quantity contract, firm-fixed-price and labor-hour line items, with an estimated amount of $175,701,170. The contract provides enterprise architecture, data and information technology engineering services for the U.S. Transportation Command, Air Mobility Command and the Surface Deployment and Distribution Center. Work will be performed at Scott AFB, Illinois. The contract's ordering period is Dec. 6, 2019, to Dec. 5, 2024. Fiscal 2020 transportation working capital funds were obligated at award for the minimum guarantee. Operations and maintenance; transportation working capital funds and research, development, test and evaluation funds may be obligated at task order execution. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. ARMY Riptide Software,* Oviedo, Florida, was awarded a $43,000,000 cost-plus-fixed-fee contract for target modernization and Targetry Range Automated Control and Recording system. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 2, 2027. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0004). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $12,456,918 cost-plus-fixed-fee foreign military sales (Kuwait) contract for contractor logistics services, maintenance training and technical assistance. One bid was solicited via the internet with one bid received. Work will be performed in Kuwait City, Kuwait, with an estimated completion date of Dec. 5, 2023. Fiscal 2018 Foreign Military Sales funds in the amount of $12,456,918 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-C-0031). Smiths Detection, Edgewood, Maryland, was awarded an $11,734,549 modification (P00013) to contract W911SR-18-C-0033 for aerosol vapor chemical agent detector systems. Work will be performed in Edgewood, Maryland, with an estimated completion date of May 29, 2020. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,861,673 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE L3 Technologies Inc., Communication Systems, West, Salt Lake City, Utah, has been awarded a $17,933,366 contract for the Defense Experimentation Using Commercial Space Internet (DEUCSI) Call 002 Vendor Flexibility effort. This contract seeks to establish the ability to communicate with Air Force platforms via multiple commercial space internet constellations using common user terminal hardware elements. Work will be performed at Salt Lake City, Utah, and is expected to be complete by Aug. 31, 2022. This award is the result of a competitive acquisition under the DEUCSI Advanced Research Announcement Call 002. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $4,130,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-9313). BlueForce Inc., Hampton, Virginia, has been awarded a $15,683,635 firm-fixed-price, Option 1 modification (P00003) to previously-awarded contract FA3002-19-F-A045 for continued support for the Royal Saudi Air Force English language training outside the continental U.S. program. Work will be performed at King Abdul Aziz Air Base, Saudi Arabia, and is expected to be completed by Jan. 3, 2024. This contract involves 100% foreign military sales to the Kingdom of Saudi Arabia. The total cumulative face value of the contract is $28,009,060. Foreign Military Sales funds in the amount of $15,683,635 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity. Northrop Grumman Space & Mission Systems Corp., San Jose, California, has been awarded a $13,000,000 indefinite-delivery/indefinite-quantity for Airborne Signals Intelligence Payload (ASIP) efforts. This contract provides for solutions for diminishing manufacturing sources and material shortages, systems integration lab and cybersecurity support, upgrades to meet routine requirements identified via Air Force IMT 1067 modification proposals and engineering change proposals that are logical follow-ons to maintain and upgrade the ASIP sensor. Work will be performed at Sacramento, California, and is expected to be completed by Dec. 31, 2020. This award is the result of a sole source acquisition. No funding is being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-20-D-3025). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $12,608,102 firm-fixed-price, indefinite-delivery/indefinite-quantity contract modification (P00003) to previously-awarded contract FA8109-18-D-0005 to exercise Option Two. The contract modification extends the contract term for an additional 12 months in order to continue providing diminishing manufacturing sources and material shortages support for Air Force and non-Air Force users supporting the Air Force, to proactively reduce mission capability impacts to improve logistics support and weapon system sustainability. This effort will help assure all required parts and materials supporting Air Force-managed weapon systems are available within acceptable production lead times and will reduce the overall cost of ownership of the weapon systems by facilitating economical diminishing manufacturing sources and material shortages resolutions costs, reducing the number of reactive solutions, minimizing any delays in organic depot-level repair, as well as contractor repair and by improving weapon system availability. Work will be performed at Hill Air Force Base, Utah; Robins Air Force Base, Georgia; Tinker Air Force Base, Oklahoma; and Fort Walton Beach, Florida; and is expected to be completed by June 20, 2021. The total cumulative face value of the contract is $37,386,305. Fiscal 2020 and 2021 consolidated sustainment activity group engineering funds will be obligated on any individual task orders issued during the option two performance period. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $9,947,673 contract for the Defense Experimentation Using Commercial Space Internet (DEUCSI) Call 002 Vendor Flexibility effort. This contract seeks to establish the ability to communicate with Air Force platforms via multiple commercial space internet constellations using common user terminal hardware elements. Work will be performed at San Diego, California, and is expected to be completed by November 2021. This award is the result of a competitive acquisition under the DEUCSI Advanced Research Announcement Call 002. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $3,633,549 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-9315). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2034460/source/GovDelivery/

  • Airbus unveils jet trainer with eyes on Spain

    10 novembre 2021 | International, Aérospatial

    Airbus unveils jet trainer with eyes on Spain

    The Spanish Air Force is interested in replacing its Northrop F-5M and CASA C-101 Aviojet aircraft.

  • Relance : la commande de 20 Rafale préconisée par un rapport parlementaire

    23 juillet 2020 | International, Aérospatial

    Relance : la commande de 20 Rafale préconisée par un rapport parlementaire

    Les députés Benjamin Griveaux et Jean-Louis Thiériot, membres de la commission de la défense de l'Assemblée nationale, ont publié un rapport sur «la place de l'industrie de défense dans la politique de relance». Pour les rapporteurs, «l'Etat arrive à une séquence historique où c'est à la Défense de prendre le relais des marchés civils et export». Ils plaident pour une relance «par les commandes militaires», estimant notamment qu'une « commande d'une vingtaine de Rafale» est aujourd'hui «indispensable». Un tel contrat dépasserait les deux milliards d'euros ; afin de venir en aide aux sous-traitants de Dassault Aviation, cette commande devrait être passée dans les prochains mois. L'Opinion du 23 juillet

Toutes les nouvelles