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

Contract Awards by US Department of Defense - May 18, 2020

AIR FORCE

Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a not-to-exceed $2,375,000,000 undefinitized contract modification (P00013) to contract FA8810-18-C-0006 for Next Generation Overhead Persistent Infrared Polar Space Vehicles 1 and 2. This modification adds Phase One for design/development, critical path flight hardware procurement, and risk reduction efforts leading to a critical design review to the basic contract. Work will be performed in Redondo Beach, California, and is expected to be completed by December 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $70,500,000 are being obligated at the time of award. Total cumulative face value of the contract is $2,419,295,532. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, has been awarded a ceiling $485,000,000 indefinite-delivery/indefinite-quantity contract for Department of Defense and Foreign Military Sales (FMS) Sniper, Infrared Search and Track (IRST); and Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) navigation pod (fixed wing) hardware production. This contract provides the necessary resources required for the management, fabrication, upgrade/retrofit, integration support and testing and shipping of its non-developmental item (NDI) Sniper Advanced Targeting Pods (ATP) System, NDI LANTIRN Fixed Image Navigation Set upgrades, and the NDI IRST system as it relates to the requirements document associated with each specific delivery order placed under this contract. Work will be performed in Orlando, Florida, and various locations to be identified at the order level. The work is expected to be completed by May 2025. This contract involves FMS to (this list is not all inclusive): Bahrain, Belgium, Bulgaria, Canada, Egypt, Greece, Indonesia, Iraq, Israel, Jordan, Republic of Korea, Kuwait, Morocco, Netherlands, Norway, Oman, Pakistan, Poland, Qatar, Romania, Saudi Arabia, Slovakia, Taiwan, Thailand and Turkey. This award is the result of a sole-source acquisition. FMS funds in the amount of $34,900,000 are being obligated at the time of award under delivery order FA8540-20-F-0034 for the country of Morocco. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540‐20‐D‐0001).

Canadian Commercial Corp., Ottawa, Canada, has been awarded a $44,473,960 indefinite-delivery/indefinite-quantity contract for the installation of the Block Upgrade 7.0/8.1 kits into C-130J cargo aircraft. This contract provides for installation of government provided BU 7.0/8.1 kits into designated C-130J aircraft. Work will be performed in British Columbia, Canada, and is expected to be completed by Oct. 5, 2025. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 aircraft procurement funds in the amount of $4,690,950 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-20-D-2016).

The Corporation of Mercer University, Warner Robins, Georgia, has been awarded a $9,039,309 task order (FA8523-20-F-0029) on basic contract FA8523-20-D-0001 to provide Laboratory Intelligence Validated Emulators (LIVE)-Virtual-Constructive (LVC) closed loop engineering test and evaluation of newly developed electronic warfare (EW) systems. This order provides integration of gold-standard intelligence community threat definitions into the Electronic Warfare and Avionics Integrated Support Facility, where LVC closed loop operational test – vertical testability demonstration simulations and testing will be conducted to inform the baseline capability and to identify growth areas for improving operational survivability, reliability and mission success of fielded EW systems in support of airborne U.S. warfighting elements. Work will be performed in Warner Robins, Georgia, and is expected to be completed by May 13, 2022. Fiscal 2020 operations and maintenance funds in the amount of $4,140,106 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

JOINT ARTIFICIAL INTELLIGENCE CENTER

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a five-year, $800,000,000 task order contract (47QFCA20F0032) to deliver the Joint Artificial Intelligence Center (JAIC) artificial intelligence (AI) enabled products to support warfighting operations and be instrumental in embedding AI decision-making and analysis at all tiers of Department of Defense (DOD) operations. This is a General Services Administration (GSA) Alliant 2 government-wide acquisition contract for AI products that will leverage the power of DOD data to enable a transformational shift across the DOD that will give the U.S. a definitive information advantage to prepare for future warfare operations. Specific tasks of this order will encompass a wide mix of technical services and products across the full spectrum of technical support to the JAIC Joint Warfighter National Mission Initiative. This will include data labeling, data management, data conditioning, AI product development, and the transition of AI products into new and existing fielded programs and systems across the DOD. The task order contract award has a base period through May 2021 with option years that run through May 2025. GSA Federal Systems Integration and Management Center, Washington, D.C., is the contracting activity.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $497,301,405 modification (P00035) to contract W31P4Q-17-D-0026 for Phased Array Tracking on Radar to Intercept Advanced Capability-3 missile support center post-production support. 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 18, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Central Environmental Inc., Anchorage, Alaska, was awarded a $26,990,428 firm-fixed-price contract to relocate an existing road. Bids were solicited via the internet with two received. Work will be performed in Porterville, California, with an estimated completion date of July 30, 2021. Fiscal 2018 civil construction funds in the amount of $26,990,428 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0009).

Dignitas Technologies LLC,* Orlando, Florida, was awarded an $8,723,110 firm-fixed-price contract to provide technical and management support for the Program Executive Office for simulation, training and instrumentation and provide access to Army Mission Command information systems. Bids were solicited via the internet with five received. Work will be performed in Orlando, Florida, with an estimated completion date of May 31, 2025. Fiscal 2018, 2019 and 2020 other procurement (Army); 2020 research, development, test, and evaluation (Army); and 2020 operations and maintenance (Army) funds in the amount of $1,615,202 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0024).

DEFENSE INTELLIGENCE AGENCY

Clear Resolution Consulting, Baltimore, Maryland (HHM402-20-D-0018); NextGen Federal Systems, Morgantown, West Virginia (HHM402-20-D-0019); S2 Technologies, Smithfield, North Carolina (HHM402-20-D-0020); LBO Technology LLC, Leesburg, Virginia (HHM402-20-D-0016); Lock4 LLC, Red Springs, North Carolina (HHM402-20-D-0017); Parra Consulting Group, Middletown, Maryland (HHM402-20-D-0014); and SHINE Systems, Charlottesville, Virginia (HHM402-20-D-0021), have been awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $99,500,000 for facility management, logistics, administrative, readiness, executive and security support services to support the National Media Exploitation Center. Task orders will be competed among all awardees. The contract has a base period of performance from May 29, 2020 to May 28, 2025, with an optional ordering period from May 28, 2025 to May 27, 2030. All task orders must be completed no later than one year after the end of the ordering period. Work will be performed in the National Capital Region; Charlottesville, Virginia; and Patrick Air Force Base, Florida. Fiscal 2020 operations and maintenance funds in the amount of $1,000 are being obligated on task order after award. This contract has been awarded through a HUBZone set-aside competitive acquisition and sixteen offers were received. The Virginia Contracting Activity, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Metrex Research LLC, doing business as Orascoptic, Madison, Wisconsin, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital 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 Wisconsin, with a May 17, 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-0040).

CORRECTION: The contract announced on May 8, 2020, for S&L Aerospace Metals LLC,* Flushing, New York (SPRRA1-20-D-0043), for $24,386,400, was announced with an incorrect award date. The correct award date is May 15, 2020.

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $22,300,000 cost-plus-fixed-fee modification (P00365) under Aegis Combat Weapon System development contract HQ0276-10-C-0001, which covers multiple Aegis Weapon System baselines and platforms. This modification increases the total cumulative contract value by $22,300,000, from $3,211,352,549 to $3,233,652,549; $64,900,000 of which was obligated for Aegis Ashore Japan (under Contract Line Item Number 0135). Under this modification, the contractor will continue performing engineering design support services necessary for continuation of planning efforts and risk reduction efforts required to maintain initial operational capability schedule to support the Aegis Ashore Japan Foreign Military Sales main case. The work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. Funds from the government of Japan in the amount of $22,300,000 are being obligated at the time of award. This contract modification is the result of a sole-source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Chenega Healthcare Services LLC, San Antonio, Texas, has been awarded an indefinite-delivery/indefinite-quantity contract with an overall ceiling of $10,000,000. This contract provides COVID-19 contact tracing for the Pentagon support services. Fiscal 2020 operations and maintenance funds in the amount of $508,000 are being obligated at the time of the award. The expected completion date is May 17, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-20-D-0008).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2190758/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - March 21, 2019

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

    Contract Awards by US Department of Defense - March 21, 2019

    DEFENSE LOGISTICS AGENCY Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0014); L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0015); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0016); Noble Supply & Logistics,* Rockland, Massachusetts (SPE8EH-19-D-0017); Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EH-19-D-0018); and W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0019), are sharing a maximum $985,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EH-16-R-0001 for fire and emergency services equipment. This was a competitive acquisition with 13 offers received. These are two-year base contracts with three one-year option periods. Locations of performance are California, Illinois, Maryland, Massachusetts, North Carolina, and Washington, with a March 20, 2024, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support in Philadelphia, Pennsylvania. Government Scientific Source,* Reston, Virginia, has been awarded a maximum $475,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with a March 20, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0004). SND Manufacturing,* Dallas, Texas, has been awarded a maximum $7,997,485 firm-fixed price, indefinite-delivery/indefinite-quantity contract for Navy and Marine Corps running suit jackets. This is a one-year base contract with four one-year options. This was a competitive acquisition with three responses received. Location of performance is Texas, with a March 17, 2020, performance completion date. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-5038). Viasat Inc., Carlsbad, California, has been awarded a maximum $7,133,760 firm-fixed-price contract for radio receivers for the P-8 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a nine-month contract with no option periods. Location of performance is California, with a Dec. 19, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-V037). NAVY General Dynamics National Steel and Shipbuilding Co.-Bremerton, Bremerton, Washington, is awarded a maximum value $465,150,000 cost-cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for aircraft carrier (CVN) shipyard availabilities. The primary purpose of this contract is to execute work required to support the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in accomplishing repair, maintenance, and modernization of closely scheduled maintenance availabilities, including non-nuclear boundary control efforts. This contract includes five ordering periods which, if executed, would make the maximum value of this contract $465,150,000. Work will be performed in Bremerton, Washington, and is expected to be completed by March 2024 when all five ordering periods have been executed. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $928,336 will be obligated at the time of award and will expire at the end of the fiscal year. This contract was competitively procured via Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4310). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $41,895,897 firm-fixed-price contract for the execution of USS Anchorage (LPD 23) fiscal 2019 selected restricted availability. This availability will include a combination of maintenance, modernization, and repair of USS Anchorage. This is a “long-term” availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,428,791. Work will be performed in San Diego, California, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) in the amount of $41,895,901 will be obligated at time of award, and contract funds in the amount of $34,002,448 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to Solicitation No. N00024-18-R-4411. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407). United Technologies Corp., Pratt & Whitney Engines, Hartford, Connecticut, is awarded $18,434,122 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F-135 long lead items in support of non-U.S. Department of Defense (U.S. DoD) participants. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in March 2022. Non-U.S. DoD participant funds in the amount of $18,434,122 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. JJLL LLC, Austin, Texas, is awarded $18,353,983 under a previously awarded cost-plus-incentive-fee contract (N62742-17-C-3580) to exercise the second option period to provide services for Philippines operations support for the Marine Corps Forces, Pacific and Pacific Command Augmentation Team, the Republic of Philippines. The work to be performed provides services for management and administration; commercial telephones, cable television and other services; security; airfield facilities; passenger terminal and cargo handling; ordnance; material management; supply services; morale, welfare and recreation support; galley; billeting; facility management; facility investment; facility services; utilities; base support vehicles and equipment; and environmental services. After award of this option, the total cumulative contract value will be $99,551,165. Work will be performed in the Republic of the Philippines, and this option period is from April 2019 to March 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,370,311 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. AIR FORCE L3 Technologies Systems Co., Cincinnati, Ohio, has been awarded a $131,780,189 indefinite-delivery/indefinite-quantity contract for the Cockpit-Selectable Height-of-Burst Sensor. This contract provides for the replacement of the current DSU-33D/B height-of-burst sensor and will address obsolescence issues, improve performance and add functionality. Work will be performed in Cincinnati, Ohio, and is expected to be complete by April 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 procurement funds in the amount of $513,244 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0006). General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a not-to-exceed $123,293,911 undefinitized contract action for MQ-9 Block 5 procurement. This contract provides for four MQ-9 unmanned air vehicles, four Mobile Ground Control Stations, spares, and support equipment. Work will be performed predominately in Poway, California, and is expected to be complete by Dec. 31, 2020. This contract involves 100 percent foreign military sales to the Netherlands. Foreign military sales funds in amount of $38,928,607 are being obligated at the time of award. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2310). MAG Aerospace, Newport News, Virginia, has been awarded an $11,386,672 predominantly firm-fixed-price contract for the UK MQ-9 Reaper Operations Center. This contract provides for ongoing sustainment, management, development and network administration of the United Kingdom MQ-9 Reaper Operations Centers. Work will be performed at Creech Air Force Base, Nevada; and Royal Air Force Waddington, United Kingdom, and is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-2002). Call Henry Inc., Titusville, Florida, has been awarded a $10,200,000 predominantly fixed-price incentive modification (P00051) to previously awarded contract FA4610-18-C-0005 for the exercise of Option Year Two. This modification provides management and support, maintenance and repair, operations, other services and minor alteration related to launch operations support. This modification brings the total cumulative face value of the contract to $55,975,903. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by June 30, 2020. Fiscal 2019 operations and maintenance funds in the amount of $3,000,000 will be obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity. ARMY Whitesell-Green Inc., Pensacola, Florida, was awarded a $26,376,465 firm-fixed-price contract to design and build student dorms. Bids were solicited via the internet with five received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of March 21, 2021. Fiscal 2019 military construction funds in the amount of $26,376,465 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0012). SAP National Security Services Inc., Newtown Square, Pennsylvania, was awarded a $16,014,307 time and materials contract for consulting services. One bid was solicited with one bid received. Work will be performed in Alexandria, Virginia; and Aberdeen, Maryland, with an estimated completion date of March 21, 2022. Fiscal 2019 research, development, test and evaluation; and operations and maintenance, Army funds in the amount of $4,011,556 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0020). Valiant Global Defense Services Inc., San Diego, California, was awarded an $8,717,022 modification (P00086) to contract W91QVN-14-C-0033 for operations support services for the Korea Battlefield Simulation Center. Work will be performed in Seoul, South Korea, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,474,936 were obligated at the time of the award. 411th Combat Support Battalion, Korea, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1792112/

  • Navy certifying virtualized Aegis Combat System on its first destroyer

    21 décembre 2023 | International, Naval

    Navy certifying virtualized Aegis Combat System on its first destroyer

    The Navy is certifying its virtualized Aegis Combat System on destroyer Winston Churchill for the first time after months of hardware and software testing.

  • Textron Systems receives up to $353M award to support U.S Army Close Terrain Shaping Capabilities

    4 août 2022 | International, Terrestre

    Textron Systems receives up to $353M award to support U.S Army Close Terrain Shaping Capabilities

    The contract is valued up to $353,980,000 to produce the XM204 Top Attack Munition, an anti-vehicle terrain shaping system, and associated trainers

Toutes les nouvelles