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

Contract Awards by US Department of Defense - May 21, 2020

U.S. TRANSPORTATION COMMAND

Marine Terminals Corp., San Pedro, California, has been awarded a $95,835,034 firm-fixed-price contract (HTC711-20-D-R046) providing stevedoring and related terminal services at ports in Northern California. Work will be performed at the Military Ocean Terminal, Concord, California; and the Port of Oakland, California. The contract period of performance is from Aug. 7, 2020, to Aug. 6, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, in the contracting activity.

NAVY

AECOM-BAKER-CARDNO NAVFAC Atlantic Planning JV, Arlington, Virginia, is awarded a $95,000,000 maximum amount, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer services for preparation of Navy and Marine Corps planning and engineering services for work located primarily in the continental U.S. east coast, but also worldwide. The work to be performed provides for: (a) Plans: global shore infrastructure plans; installation development plans; regional integration plans; functional plans; maintenance and sustainment plans; integrated product support plans; encroachment action plans; family housing and bachelor quarters comprehensive neighborhood plans; activity overview plans; and installation appearance plans; (b) Project Planning Documents: the preparation of military construction project planning documentation; preparation of construction cost estimates, preliminary and parametric cost estimates and siting-land use studies/analyses; special site approvals; economic analyses; asset evaluations; basic facility requirements documentation; facilities planning documents; preliminary hazard analyses; preliminary hazard lists, and sustainable design studies; (c) Studies: concept studies; special planning studies, business case analysis studies and traffic/parking/movement studies; facilities planning studies, feasibility studies, safety studies and air installation compatible use zones; range air installation compatible use zones studies; site studies; facilities life cycle studies; activity planning and management models and electronic land use/planning tools/studies. Work is expected to be complete by May 2025. No task orders are being issued at this time. The term of the contract is not to exceed 60 months. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website and two proposals were received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0006).

Lockheed Martin Corp. Rotary and Mission Systems, Baltimore, Maryland, is awarded a $48,965,154 firm-fixed-price modification to previously awarded contract N63394-20-C0004 to exercise options for launch sequencer MK 5 Mod 2 production units in support of the Vertical Launch System. Work will be performed in Oldsmar, Florida. The Vertical Launch System provides area and self-defense, anti-air warfare capabilities, counter-air and land attack cruise missile defense and surface and subsurface warfare capabilities. Work is expected to be complete by April 2022. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $48,965,154 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $27,770,370 modification (P00174) to previously awarded cost-plus-fixed-fee contract N00019-14-C-0067. This modification procures integrated logistics support for the Boeing P-8A Poseidon warfare aircraft for the Navy, the government of Australia, and the government of the United Kingdom. Work will be performed in Seattle, Washington (68%); Jacksonville, North Carolina (16%); Whidbey Island, Washington (4%); Sigonella, Italy (3%); Kadena, Japan (2%); Bahrain, Bahrain (2%); Misawa, Japan (2%); Kaneohe Bay, Hawaii (2%); and various locations within and outside the continental U.S. (1%). Work is expected to be complete by March 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $8,391,473; Royal Australian Air Force cooperative program funds in the amount of $256,187; and Foreign Military Sales funds in the amount of $133,083 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.

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $26,047,878 firm-fixed-price modification to previously-awarded contract N63394-20-C-0002 to exercise options for launch control unit Mk 235 Mod 11 and Mod 12 production units in support of the Vertical Launch System (VLS). Work will be performed in Johnstown, Pennsylvania. This option exercise is for the manufacture, assembly, test and delivery of additional production units of the VLS launch sequencer launch control unit Mk 235 Mod 11 and 12, part numbers 7104280-119 and 7104280-129, respectively. The VLS provides area and self-defense, anti-air warfare, surface and subsurface capabilities, counter-air and land attack cruise missile defense, and is equipped with two redundant launch control units, each of which is electrically interfaced with all of the launch sequencers in the system. Work is expected to be complete by February 2021. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $26,047,878 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Management Services Group Inc.,* doing business as Global Technical Systems, Virginia Beach, Virginia, is awarded a $24,385,746 firm-fixed-price modification to previously-awarded contract N00024-20-C-5608 for procurement of network, processing and storage (NPS) technical insertion (TI) 16, modification (MOD) 1 production equipment, which provides computer processing and memory, data storage and extraction, network systems and input/output interfaces to host software applications of Navy combat systems. This contract combines purchases for the Navy (62%) and the government of the Commonwealth of Australia (38%) under the Foreign Military Sales (FMS) program. Work will be performed in Virginia Beach, Virginia. The NPS program consists of enterprise products in use across surface Navy combat systems which introduce powerful, commercially available, off-the-shelf processors as part of a general strategy to achieve a modular and open architecture design. NPS is comprised of two different common processing system enclosure assemblies and three variants: advanced storage area network, core computing system, and air-cooled processing and storage subsystem. Aegis weapon system Aegis modernization upgrade equipment systems are also included in this procurement and align requirements to include the Aegis local area network interconnect system, Aegis conversion equipment group Input/Output 1 and 2, and digital video display system. Work is expected to be complete by December 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds; FMS Australia funds; 2015 shipbuilding and conversion (Navy) funds; 2016 shipbuilding and conversion (Navy) funds; and 2020 other procurement (Navy) funds in the amount of $24,385,746 will be obligated at time of award, and funds in the amount of $39,356 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $22,506,572 modification (P00007) to previously awarded cost-plus-fixed-fee contract N00014-19-C-1054 for the Cloud to Edge Environment. This modification adds Options 5 through 10, and exercises Options 5, 9 and 10, which increases the contract value by $22,506,572. Under this modification, the contractor will continue work to deliver a secure development and operations (SecDevOps) environment enabling cloud-based collaborative development, simulation, testing and certification of evolving Navy software systems. Work will be performed in Arlington, Virginia (68%); Mount Laurel, New Jersey (23%); Washington, D.C. (6%); Rhode Island (2%); and various places below 1%. Work is expected to be complete by February 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $77,844 are obligated at the time of award and will expire at the end of the current fiscal year. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $20,453,641 are obligated at the time of award and will not expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

Alere San Diego Inc., doing business as Immunalysis Corp., San Diego, California, is awarded a $7,066,152 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for U.S. Food and Drug Administration and quality management documented fentanyl/norfentanyl immunoassay reagent kits for use with the currently installed Beckman Coulter AU5800 series systems for the Department of Defense Drug Demand Reduction Program. This is a two-year single award contract, and deliveries are expected to be complete by May 2022. Fiscal 2020 defense-wide, one-year operations and maintenance funds will be obligated on decentralized individual delivery orders during the base period. No funds will be obligated at the time of award and the minimum guarantee under the contract is 100 kits. The contract was competitively procured via the Federal Business Opportunities website, and three offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-D-5004).

ARMY

Raytheon Co., Tewksbury, Massachusetts, was awarded a $92,370,000 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for sustainment, maintenance, training, refurbishment, overhaul, engineering services and spares to support ongoing operations of the National Advanced Surface to Air Missile System. 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 Feb. 14, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0008).

AECOM Management Services Inc., Germantown, Maryland, was awarded a $10,507,113 modification (0001BW) to contract W52P1J-12-G-0028 for logistics support services, including maintenance, supply and transportation. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of Nov. 17, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,507,113 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Integration Innovation Inc.,* Huntsville, Alabama, was awarded an $8,310,128 modification (000117) to contract W31P4Q-18-A-0089 for the International Apache Technical Lifecycle Support task order. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 4, 2021. Fiscal 2020 Foreign Military Sales (Egypt, India, Indonesia, Israel, Japan, Kuwait, Netherlands, Qatar, Saudi Arabia, Singapore, Republic of Korea, Taiwan, United Arab Emirates and United Kingdom) funds in the amount of $8,310,128 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Creighton AB Inc.,* Reidsville, North Carolina, has been awarded a maximum $12,080,120 indefinite-delivery/indefinite-quantity contract for men's and women's dress coats. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina and New York, with a May 20, 2021, performance completion date. Using military service is 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-1274).

AIR FORCE

LinQuest Corp., Los Angeles, California, has been awarded an $11,008,552 firm-fixed-price modification (P00047) to contract FA8819-15-F-0001 for the Space and Missile Systems Center technical support follow-on task order bridge extension. This modification provides continued technical support services for the Special Programs Directorate, Los Angeles Air Force Base, California. Work will be performed at Los Angeles AFB, California, and is expected to be completed May 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $856,651; and fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are obligated at the time of award. The U.S. Space Force, Space and Missile Systems Center, Special Programs Directorate, Los Angeles AFB, California, is the contracting activity.

Central Coast Water Authority, Buellton, California, has been awarded a $7,600,000 indefinite-delivery/indefinite-quantity delivery order to provide Vandenberg Air Force Base, California, and outlying municipalities with potable water. Work will be provided at Vandenberg AFB, California, and is expected to be completed June 14, 2032. The cumulative value of this contract is $165,443,388. Fiscal 2020 operations and maintenance funds in the amount of $7,593,715 are being obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity (F04684-92-D-0013).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2194990/source/GovDelivery/

Sur le même sujet

  • Le drone de combat furtif RQ-180 officiellement dévoilé

    6 décembre 2021 | International, Aérospatial

    Le drone de combat furtif RQ-180 officiellement dévoilé

    Dans une vidéo publiée récemment, l'US Air Force dévoile ce qui pourrait probablement être le drone de combat le plus important de sa génération : le RQ-180.

  • Renseignement spatial : la France officialise deux nouveaux programmes de satellites militaires

    19 juin 2019 | International, Aérospatial

    Renseignement spatial : la France officialise deux nouveaux programmes de satellites militaires

    Julien Lausson C'est une annonce qui a été partiellement éclipsée par la présentation de la maquette en taille réelle de l'avion de combat du futur, qui mobilise la France, l'Allemagne et l'Espagne, et qui devrait vraisemblablement succéder au Rafale à l'Eurofighter Typhoon au milieu du siècle. Mais c'est une annonce qui revêt pourtant elle aussi un caractère hautement stratégique : le renseignement spatial. Profitant de l'ouverture du salon du Bourget, la ministre des Armées, Florence Parly, a officialisé lundi 17 juin la mise en chantier de deux nouveaux programmes spatiaux, qui ont été baptisés « Iris » et « Céleste ». Le premier proposera des capacités d'observation optique renouvelées , tandis que le second devra améliorer le renseignement d'origine électromagnétique, c'est-à-dire la captation de signaux en tout genre. CSO ET CÉRÈS Ces nouveaux satellites, dont l'entrée en service ne devrait vraisemblablement pas avoir lieu avant 2030, sont annoncés alors que la France est déjà en train de renouveler sa flotte de satellites militaires. Deux programmes sont en cours : « CSO », qui signifie « Composante Spatiale Optique », et « Cérès ». Le premier est spécialisé dans la prise de vue, tandis que le second s'occupe de la collecte des ondes. Fin 2018, la France a d'ores et déjà envoyé un premier satellite CSO (il y en aura trois en tout) en orbite. Il a été placé sur une orbite basse, à 800 km d'altitude. Il sera rejoint par un autre satellite en 2020 et par un troisième en 2021. L'un d'eux sera placé sur une orbite encore plus basse, à moins de 500 km d'altitude, pour générer des clichés en très haute résolution. PROTECTION RENFORCÉE Du fait de leur caractère stratégique, ces lancements de satellites militaires font l'objet d'un haut degré de protection : avions de chasse Rafale envoyés depuis la métropole, avec le soutien d'un avion ravitailleur et d'un avion radar AWACS, mais aussi navires déployés le long des côtes, hélicoptères en vol, radars à longue portée et fantassins dispatchés tout autour du centre spatial guyanais. Ces moyens renforcent de facto la bulle de protection qui est systématiquement activée à chaque tir de fusée et qui est organisée dans le cadre de l'opération Titan. C'est ce même dispositif qui sera donc renforcé pour CSO-2 et CSO-3 ainsi que pour Cérès (acronyme de (Capacité d'Écoute et de Renseignement Électromagnétique Spatiale), qui impliquera plusieurs satellites. Le premier doit être lancé en 2020. « Nos opérations ne peuvent plus se passer de nos capacités spatiales qui contribuent de façon décisive à notre autonomie d'appréciation, de décision et d'action », a observé la ministre lors de son discours. C'est aussi vrai dans le secteur des télécommunications : la France peut aujourd'hui compter sur Sicral 2, Athenas-Fidus ou encore Syracuse 3. Et demain, elle pourra miser sur Syracuse 4. La durée du service opérationnel de CSO et Cérès sera d'environ une dizaine d'années. https://www.numerama.com/politique/526882-renseignement-spatial-la-france-officialise-deux-nouveaux-programmes-de-satellites-militaires.html

  • Contract Awards by US Department of Defense - September 6, 2019

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

    Contract Awards by US Department of Defense - September 6, 2019

    DEFENSE LOGISTICS AGENCY Science Applications International Corp., doing business as SAIC, Fairfield, New Jersey, has been awarded a maximum $950,000,000 fixed-priced, indefinite-delivery/indefinite-quantity contract for a variety of Federal Supply Group 80 items. This was a competitive acquisition with three offers received. This is a three-year base contract with two, two-year option periods. Locations of performance are Pennsylvania, California, Georgia, Texas, New Jersey and Arizona, with a Sept. 5, 2022, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D-0103). BOH Environmental LLC, Houston, Texas, has been awarded a maximum $70,000,000 fixed-price with economic-price-adjustment contract for specialized shipping and storage containers. 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 two year base contract with three one year option periods. Location of performance is Texas, with a Sept. 5, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-D-0001). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $14,874,824 firm-fixed-price delivery order (SPRPA1-19-F-QH06) against a five year basic ordering agreement (FA8122-19-G-0001) for engine exhaust frames. This was a sole source acquisition using justification 10 USC 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 43 month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania 19111-5098. Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $11,465,836 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel end assemblies. This was a competitive acquisition with two responses received. This is a three year contract with no option periods. Location of performance is Wisconsin, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0159). NAVY DLT Solutions LLC, Herndon, Virginia (N66001-19-A-0045); EC America Inc., McLean, Virginia (N66001-19-A-0119); Carahsoft Technology Corp., Reston, Virginia (N66001-19-A-0120); RightStar Systems Inc.,Vienna, Virginia (N66001-19-A-0022); Belarc Inc., Maynard, Massachusetts (N66001-19-A-0118); and Immix Technologies, McLean, Virginia (N66001-19-A-0121), are being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. This BPA provides for purchase of this category's software products and services by the DoD, U.S. intelligence community, and Coast Guard. The overall estimated value of this BPA is $820,450,000. The individual agreements are awarded for multi-reseller and multi-publisher providers of commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI in the enterprise software category. The resellers/software publishers are: DLT Solutions (Netscout and Tripwire); EC America (Riverbed, Netscout, Commvault and Microfocus Solutions); Carahsoft Technology (Safenet, Zscaler, Datalocker, Hytrust, Nlyte Microfocus Solutions, Beyond Trust, and Oblong); RightStar (Nlyte); Belarc Inc.; and Immix Technologies (BeyondTrust and Microfocus Solutions). The ordering period will be for a maximum of 10 years from Sept. 6, 2019, through July 11, 2029. The BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $266,203,768 cost-plus-fixed-fee contract special tooling and special test equipment in support of F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas (50.30 percent); San Diego, California (13.18 percent); Orlando, Florida (7.30 percent); El Segundo, California (5.45 percent); Samlesbury, United Kingdom (5.23 percent); Papendrecht, Netherlands (3.90 percent); Cheltenham, United Kingdom, (2.49 percent); Rochester, United Kingdom (2.29 percent); Nashua, New Hampshire (1.95 percent); Phoenix, Arizona (1.66 percent); Williston, Vermont (1.47 percent); Marietta, Georgia (1 percent); Palmdale, California (0.73 percent); East Aurora, New York (0.59 percent); Endicott, New York (0.55 percent); Kongsberg, Norway (0.43 percent); Marion, Virginia (0.34 percent); Hauppauge, New York (0.30 percent); Boulder, Colorado (0.24 percent); Owego, New York (0.23 percent); Sylmar, California (0.22 percent); Mississauga, Canada (0.06 percent); Avon, Massachusetts (0.04 percent); Montmorency, Australia (0.02 percent); Garden Grove, California (0.02 percent); and Ontario, California (0.01 percent). Work is expected to be completed by July 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. DoD participant funds in the amount of $266,203,768 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($117,424,737; 44 percent); Navy ($80,246,876; 30 percent); Marine Corps ($36,674,989; 14 percent); and non-U.S. DoD participants ($31,857,166; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0074). Harris Corp., Roanoke, Virginia, is being awarded a maximum $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Squad Binocular Night Vision Goggle systems; spare and repair parts; contractor logistics support; and test article refurbishment. Work will be performed in Roanoke, Virginia, and is expected to be complete by September 2024.Fiscal 2019 procurement (Marine Corps) funds in the amount of $328,203 will be obligated at time of award and funds will expire the end of fiscal 2021.This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1501). Orbis Sibro Inc., Mount Pleasant, South Carolina (N39040-18-D-0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N39040-18-D-0004), Delphinus Engineering, Eddystone, Pennsylvania (N39040-18-D-0005); and Oceaneering Intl., Chesapeake, Virginia (N39040-18-D-0006), are being awarded a combined cumulative $37,884,834 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple-award modification to exercise Option Period One to provide non-nuclear production support for U.S. naval submarine projects/repairs. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter and sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2020. No funding will be obligated at time of award. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia (N64498-19-D-4006); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-19-D-4032), are being awarded indefinite-delivery/indefinite-quantity type contracts with cost-plus-fixed-fee and firm-fixed-price line items for engineering and technical services in support of Naval Surface Warfare Center Philadelphia Division (NSWCPD) Hull, Mechanical and Electrical (HM&E) systems Modernization Program. The contract being awarded to QED Systems Inc. (QED) will be awarded for $19,847,942, and the contract being awarded to McKean Defense Group LLC (McKean) will be awarded for $21,458,714. Work under the QED contract will be performed in Virginia Beach, Virginia (20 percent); Philadelphia, Pennsylvania (20 percent); and various Navy port locations worldwide (60 percent). The work under the McKean contract will be performed in Philadelphia, Pennsylvania (40 percent); and various Navy port locations worldwide (60 percent). Work at all locations is expected to be completed by September 2024. Fiscal 2019 Navy working capital funding in the amount of $100,000 ($50,000 per contract) will be obligated at time of award via individual task orders and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(a), these contracts are the result of a full and open competitive procurement via the Federal Business Opportunities portal, in which three offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. American Scaffold, San Diego, California (N55236-16-D-0001); and W.V. Construction Co.,* Jamul, California (N55236-16-D-0002), are each being awarded firm-fixed-price contract modifications to exercise Option Year Four of their respective previously-awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to provide scaffolding services to the Southwest Regional Maintenance Center's Commercial Industrial Services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California. American Scaffold is being awarded $10,869,649, and W.V. Construction Co. is being awarded $18,892,889. Each contractor shall provide management, administrative and production services, materials, tools, equipment and required support to accomplish scaffolding on board U.S. naval ships and other government vessels within a 50-mile radius of San Diego, which may include Oceanside, California. Scaffolding shall include rolling scaffolds, suspended scaffolds and tube-and-clamp-type scaffolds. Work will be performed in San Diego, California, and is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. AS and D Inc., Beltsville, Maryland, is being awarded a $16,118,830 cost-plus-fixed-fee modification to previously awarded indefinite-delivery/indefinite-quantity contract N00173-14-D-2016 for engineering and operational support for the command, control, data collection and mission management operations at Blossom Point Tracking Facility (BPTF). Work will be performed in Welcome, Maryland, and is expected to be complete by Aug. 26, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $194,791; fiscal 2019 operation and maintenance funds (Navy) in the amount of $322,000; and fiscal 2019 research and development funds (Air Force) in the amount of $486,000, will be obligated at time of award. Contract funds in the amount of $516,791 will expire at the end of the current fiscal year. Contract funds in the amount of $486,000 will not expire at the end of the current fiscal year. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $9,500,000 delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) for Oceanit Laboratories Inc.*, Honolulu, Hawaii, included the incorrect contracting activity. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $107,067,910 contract for Hexagon U.S. Federal Inc., Huntsville, Alabama (N00024-19-D-4114) included an incorrect completion date. The contract's expected completion date is actually September 2024. ARMY BAE Systems Inc., York, Pennsylvania, was awarded a $268,990,416 modification (P00015) to contract W56HZV-18-C-0133 for Bradley production. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2021. Fiscal 2018 procurement of weapons and tracked combat vehicles funds in the amount of $268,990,416 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Heritage-M2C1 Joint Venture,* Delta Junction, Alaska, was awarded a $40,000,000 firm-fixed-price contract to execute sustainment, restoration, and modernization projects. 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 Sept. 12, 2024. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-D-0005). Professional Contract Services Inc., Austin, Texas, was awarded a $26,688,913 modification (P00023) to contract W9124L-17-C-0005 for non-personal services to provide labor and supplies necessary to manage and operate the Fort Sill, Oklahoma, Directorate of Public Works. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 operations and maintenance Army funds in the amount of $26,688,913 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $26,022,182 modification (P00014) to Foreign Military Sales (Afghanistan) W56HZV-17-C-0117 for the National Maintenance Strategy Ground Vehicle Support effort. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2019 Afghanistan Security Forces, Army funds in the combined amount of $26,022,182 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Lynxnet LLC,* Suffolk, Virginia, was awarded an $18,207,432 firm-fixed-price contract to operate and maintain the command and control and infrastructure operations for headquarters, U.S. Army Intelligence and Security Command. One bid was solicited with one bid received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Sept. 18, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,490,400 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911W4-19-C-0010). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,986,238 modification (P00071) to contract W56HZV-13-C-0319 to provide labor and vendor costs to furnish and install two new horizontal boring mill machines. Work will be performed in Lima, Ohio, with an estimated completion date of March 7, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $14,986,238 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Northbank Civil and Marine Inc.,* Vancouver, Washington, was awarded a $13,075,000 modification (P00001) to contract W9127N-18-C-0081 for rehabilitation, structural, mechanical, and electrical upgrades to tainter gate. Work will be performed in Detroit, Oregon, with an estimated completion date of May 1, 2022. Fiscal 2019 operations and maintenance, civil funds in the amount of $13,075,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $10,173,475 modification (P00002) to contract W52P1J-18-D-0036 to upgrade and expand the Pacific Japan and Korea land mobile radio system, connect sites to the current joint Japan land mobile radio system and to upgrade the Army backup core infrastructure in Japan. 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 24, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY The Johns Hopkins University Applied Physics Laboratory LLC (JHU/APL), Laurel, Maryland, was awarded a non-competitive, single-award, indefinite-delivery/indefinite-quantity contract for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, which designated JHU/APL as a University Affiliated Research Center (UARC). The place of performance will be at JHU/APL, Laurel, Maryland; and at the Defense Information Systems Agency, Fort Meade, Maryland. The contract ceiling value is $245,000,000, funded by multiple appropriation types. The minimum guarantee of $5,793,933 is satisfied through the issuance of the first task order in conjunction with the contract, which is funded by fiscal 2019 research, development, test and evaluation funds. This is a sole source award, and as such, only one proposal was received. The ordering period is Sept. 30, 2019, through Sept. 29, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-0001). Trace Systems Inc., Vienna, Virginia, was awarded a single-award, indefinite-delivery/indefinite-quantity contract in support of providing the full range of Mission Partner Environment (MPE)-compatible support services and associated equipment to design, implement and operate the MPE enterprise. The contract ceiling value is $98,000,000. At the time of award, the minimum guarantee of $500 will be obligated using fiscal 2019 operations and maintenance funding. All other funding will be obligated at the task order level. The places of performance will be at contiguous U.S. and outside continental U.S. designated MPE Services (MPE-S) support sites including Washington, District of Columbia; Fort Meade, Maryland; Air Force facilities in Fairfax, Virginia; U.S. Africa Command, Stuttgart, Germany; U.S. Central Command, Tampa, Florida; Kuwait; Bahrain; Afghanistan; U.S. Southern Command, Miami, Florida; U.S. Northern Command, Colorado Spring, Colorado; U.S. Special Operations Command, Tampa, Florida; Joint Communication Support Element, Tampa, Florida; and U.S. Forces Korea, Youngsan Air Base, Osan Air Base, Kunsan Air Base, and Camp Humphries. Additional places of performance are to be determined based on customer requirements and real world events. The specific place(s) of performance will be specified in individual task orders. A competitive solicitation utilizing full and open competition was the basis for the single-award contract. Proposals were solicited via the Federal Business Opportunities website and four proposals were received. The ordering period is five years from the date of contract award. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-4002). AIR FORCE Alliant Techsystems Operations LLC - ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a $109,929,339 firm-fixed-price contract for Hard Target Void Sensing Fuzes (HTVSF). This contract provides for the full rate production of Lot 2 and Lot 3 HTVSFs, as well as spares, trainers, and support. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by July 31, 2023. This award is the result of a sole source acquisition. Fiscal 2017, 2018, and 2019 ammunition procurement funds in the amount of $109,929,339 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-C-0038). Bowhead Cybersecurity Solutions & Services LLC, Alexandria, Virginia, has been awarded a $19,689,460 firm-fixed-price contract for the Air Force National Tactical Integration Program. This contract provides for real-time, two-way interactive information exchange among the combined/joint force air component commander, other joint and Air Force customers, and the national intelligence community. Work will be performed at Lackland Air Force Base, Texas; Fort Meade, Maryland; Wright Patterson Air Force Base, Ohio; Scott Air Force Base, Illinois; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Davis-Monthan Air Force Base, Arizona; Fort Gordon, Georgia; Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia; Cape Canaveral Air Force Station, Florida; Hurlburt Field, Florida; Hickam Air Force Base, Hawaii; and Creech Air Force Base, Nevada. The performance period includes four option periods with expected completion by Jan. 30, 2024. This award is the result of a sole source set-aside acquisition. Fiscal 2019 operations and maintenance funding in the amount of $1,446,615 are being obligated at time of the award. The Acquisition Management & Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-19-C-A009). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1954307/source/GovDelivery/

Toutes les nouvelles