24 mai 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

Contract Awards by US Department of Defense - May 23, 2019

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $355,493,640 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for AGM-88B High Speed Anti-Radiation Missiles (HARM)/Replacement Exchange In-Kind (REIK) for HARM Control Section Modification (HCSM). This contract provides for the refurbishment of live AGM-88Bs and conversion of AGM-88B into Captive Air Training Missiles (CATM-88B) for approved Foreign Military Sales countries. Work will be performed in Tuscon, Arizona, and is expected to be complete by 2027. This contract involves foreign military sales to Qatar, Taiwan, and Bahrain. Additional countries may be added after contract award. This award is the result of a sole-source acquisition. Fiscal 2019 Foreign Military Sales funds in the amount of $76,074,315 is being obligated on a delivery order at the time of award. The Air Force Life Cycle Management Center, Warner Robins, Georgia, is the contracting activity (FA8520-19-D-0002).

Pride Industries, Roseville, California, has been awarded a $19,902,284 firm-fixed-price modification to previously awarded contract FA4484-17-D-0005 for base operations services. This modification provides for the exercise of the second option period out of four. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by May 31, 2020. This modification brings the total cumulative face value of the contract to $59,441,361, and fiscal 2019 operations and maintenance funds are being obligated on individual task orders. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $16,387,853 cost-plus-fixed-fee modification (P00061) to previously awarded contract FA8615-12-C-6016 for a variety of support to the Taiwan F-16 Peace Phoenix Rising program. This contract modification provides for miscellaneous support work identified during performance of the in-country aircraft modification program, use and maintenance of product support aircraft, and additional support necessary for the successful completion of modification installs. Work will be performed in Fort Worth, Texas; and Taiwan, and is expected to be complete by May 31, 2023. This modification involves 100 percent foreign military sales to Taiwan, and Foreign Military Sales funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Central Coast Water Authority, Buellton, California, has been awarded a $7,929,102 delivery order (FA4610-19-FA038) under previously awarded contract F04684-92-D-0013 for California State Water. This delivery order provides Vandenberg Air Force Base and outlying municipalities with potable water. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by 2032. This delivery order brings the total cumulate face value of the contract to $157,514,286. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity.

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded an $84,341,597 indefinite-delivery/indefinite-quantity contract for up to 898,320 man-hours of direct labor engineering services. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division to perform projects for Special Operations Forces command, control, communications, computers, combat systems, and intelligence, surveillance, and reconnaissance systems. Services include requirements definition, solution definition, integration, installation verification and validation, and operation and sustainment. Work will be performed in California, Maryland (70 percent); St. Inigoes, Maryland (13 percent); Fayetteville, North Carolina (6 percent); Little Creek, Virginia (5 percent); Coronado, California (4 percent); and Tampa, Florida (2 percent), and is expected to be completed in May 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0055).

Deloitte Consulting LLP, Arlington, Virginia, is awarded $63,701,527 for a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with firm-fixed-price ordering provisions for business and technology management support services required to facilitate the overall Transformation Management Support Services effort in support of the Deputy Chief of Naval Operations (Manpower, Personnel, Training and Education (MPTE), OPNAV N1, and subordinate commands. The contract is a five-year base ordering period with no options. All work will be performed in Arlington, Virginia. The ordering period is expected to be completed by May 2024. Fiscal 2019 operations and maintenance funds (Navy) in the amount of $10,000 will be obligated to fund the contract's minimum amount, and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z023).

C.E.R. Inc.,* Baltimore, Maryland (N40080-18-D-0016); EGI HSU JV LLC,* Gaithersburg, Maryland (N40080-18-D-0017); G-W Management Services LLC,* Rockville, Maryland (N40080-18-D-0018); Huang-Gaghan JV Inc.,* Alexandria, Virginia (N40080-18-D-0019); Kunj Construction Corp.,* Mechanicsville, Virginia (N40080-18-D-0020); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-18-D-0021), are awarded Option One under a previously awarded, firm-fixed-price, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington, District of Columbia, area of operations (AO). The combined total value of all six contractors is $49,500,000. After award of this option, the total cumulative contract value will be $99,000,000. Work will be performed at various administrative facilities within the NAVFAC Washington, District of Columbia AO, including but not limited to, Maryland; Washington, District of Columbia; and Virginia, and is expected to be completed May 29, 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. NAVFAC Washington, Washington, District of Columbia, is the contracting activity.

Thoma-Sea Marine Constructors LLC,* Lockport, Louisiana, is awarded an $11,638,510 firm-fixed-price contract for the purchase and conversion of one existing offshore supply vessel into an Atlantic Undersea Test and Evaluation Center range support vessel (ARSV). The ARSV will perform ocean engineering and range support in the launch, recovery and deep ocean mooring installation and maintenance of remote operated vehicles, unmanned underwater vehicles, and autonomous underwater vehicles. The ARSV will be operated for multiple days at sea, which will permit researchers onboard to remain on station at remote locations for multiple days to collect data, deploy scientific equipment, and perform scientific calculations. Work will be performed in Lockport, Louisiana, and is expected to be completed by January 2020. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $11,638,510 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2205).

Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite quantity contract for other specialty trade contractors construction alterations, renovations, and repair projects at Naval Air Facility El Centro. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation projects. Work will be performed in El Centro, California. The term of the contract is not to exceed 60 months with an expected completion date of May 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2623).

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded an $8,929,671 firm-fixed-price contract for a 50-calendar day shipyard availability for the mid-term availability of USNS Lenthall (T-AO 189). Work will include general services, diesel fuel marine contaminated tank bottom replacement, vent plenum steel replacement and preservation, main engine intercooler cleaning, switchboard and motor control center cleaning, recondition air conditioning motors, cable bulkhead collar magna rock replacement, diesel fuel marine cargo piping repairs, armory air conditioning replacement, constant tension winch No. 2, No. 3 and No. 4 overhaul, fire and aqueous film forming foam piping replacement, fire damper inspection and repairs, steel replacement and recoating. The contract includes options which, if exercised, would bring the total contract value to $9,004,671. Funds will be obligated on May 23, 2019. Work will be performed in Charleston, South Carolina, and is expected to begin on July 15, 2019, and be completed by Sept. 2, 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $8,929,671, are obligated at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4014).

BAE Systems Land and Armaments L.P., Minneapolis, Minnesota, is awarded an $8,924,330 cost-plus-fixed-fee contract for engineering services and waterfront services in support of the MK 45gun mount providing engineering, technical, logistics services and technical data to support the MK 45 5” Gun system design, development, fabrication, production, operation and integration. This contract includes options which, if exercised, would bring the cumulative value of this contract to $35,058,494. Work will be performed in Navy fleet concentration areas (various locations) (70 percent); Minneapolis, Minnesota (15 percent); and Louisville, Kentucky (15 percent), and is expected to be completed by May 2020. If all options are exercised, work will continue through September 2022. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 weapons procurement (Navy); and fiscal 2013 and 2014 shipbuilding and conversion (Navy) funding in the amount of $3,178,794 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5301).

ARMY

Aura Technologies LLC,* Raleigh, North Carolina, was awarded a $49,997,256 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Small Business Innovation Research in support of advanced manufacturing environments. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of May 22, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0004).

B.L. Harbert International LLC, Birmingham, Alabama, was awarded an $18,481,835 firm-fixed-price contract for to construct Secure Compartmental Information Facility at Camp Humphreys, Republic of Korea. Bids were solicited via the internet with six received. Work will be performed in Pyongtaek, Republic of Korea, with an estimated completion date of July 30, 2021. Fiscal 2018 host nation (Korea) funds in the amount of $18,481,835 were obligated at the time of the award. U.S. Army Corps of Engineers, Camp Humphreys, Republic of Korea, is the contracting activity (W912UM-19-C-0002).

Tribalco LLC, Bethesda, Maryland, was awarded a $14,425,217 firm-fixed-price Foreign Military Sales (Iraq) contract for computer hardware, services and MEMEX software. One bid was solicited with one bid received. Work will be performed in Bethesda, Maryland, with an estimated completion date of May 22, 2020. Fiscal 2019 Foreign Military Sales funds in the amount of $14,425,217 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-C-5024).

IDSC Holdings LLC, Snap-On Industrial, a division of IDSC Holdings LLC, Kenosha, Wisconsin, was awarded an $11,434,752 firm-fixed-price contract for the General Mechanic's Tool Kit. Bids were solicited via the internet with three received. Work will be performed in Kenosha, Wisconsin, with an estimated completion date of Nov. 30, 2019. Fiscal 2019 Army working capital funds in the amount of $11,434,752 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0079).

Howard W. Pence Inc.,* Elizabethtown, Kentucky, was awarded an $8,825,159 firm-fixed-price contract for the construction of a Special Operations Forces air-and-ground integration urban live fire range. Bids were solicited via the internet with two received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Nov. 18, 2020. Fiscal 2019 military construction funds in the amount of $8,825,159 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W91Q2R-19-C-0017).

DEFENSE LOGISTICS AGENCY

General Dynamics, Williston, Vermont, has been awarded a maximum $42,443,476 firm-fixed-price contract for gun barrels. 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 three-year contract with no option periods. Locations of performance are Vermont and Maine, with a May 22, 2022, performance completion date. Using military services are Air Force and Army. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0133).

Real-Time Laboratories LLC, Boca Raton, Florida, has been awarded a maximum $10,776,057 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for linear direct valves. 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 a five-year contract with no option periods. Location of performance is Florida, with a May 29, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0074).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1856970/source/GovDelivery/

Sur le même sujet

  • French defense industry plays catch-up as lockdown partially lifts

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

    French defense industry plays catch-up as lockdown partially lifts

    By: Christina Mackenzie PARIS — As France slowly emerges from an almost complete industry shutdown imposed March 16 in response to the COVID-19 pandemic, defense company executives are considering their next steps. Stephane Mayer, Eric Trappier and Herve Guillou — respectively presidents of the groups of French industries for land and air-land (GICAT), air and space (GIFAS), and naval (GICAN) systems — were witnesses at an April 23 hearing by the National Assembly's Defence Committee. They said that despite the partial return of employees to work, the supply chain is still experiencing problems. The three industry leaders explained that following discussions with unions and the implementation of modifications in the workplace that enable employees to work while maintaining a distance of at least 1 meter between each other, about 30 percent of the workforce on production sites was back by April 23. Those able to work from home are doing so, they added. More employees returned to work on May 11 when the lockdown was eased, but personnel who can continue to work from home are being urged to do, they said. Meanwhile, shifts are being modified to ensure workers don't arrive and leave at the same time, they added. However, all three agreed that the supply chain had been interrupted, most notably in the aeronautical sector because of its dual military-civilian role and the near-total halt in air traffic, which negatively affected imports. They explained that during the lockdown, defense industry leaders and the French procurement office DGA jointly set out priorities for programs and established what activities must be maintained to ensure the military continues its missions within France and in foreign theaters. How are exports performing? All three were also unanimous in their analysis that the French defense sector could take a hit in the export market, noting that German companies never completely stopped their activities; China was quick to reconnect with potential export clients; and the American defense sector benefits both from the continuation of much of its production capacity and massive support from the federal government. This was later repeated by Guillou at a video conference organized this week by the Foundation for Strategic Research think tank. “None of us can survive unless we have 50 percent of our order intake from the export market," Guillou said. "Even if the French market returns to normal, we still have that 50 percent export segment to worry about. If we want to remain competitive on the world export market, keeping in mind that the Chinese ramped up before we did, that the Russians, Germans and Dutch never stopped, we will have to restore our competitivity extremely quickly ... to stay in the race and not lose a part of this market forever.” He also stressed that the need to catch up is a major concern of the French defense industry. What about the supply chain? The supply chain in France is largely made up of small and medium-sized enterprises. Eric Beranger, CEO of European missile-maker MBDA, told French Armed Forces Minister Florence Parly on May 6 that some of the 1,200 French suppliers that work for the company are now very fragile due to the developing economic crisis. Guillou remarked during the video conference that the “terrific solidarity” among the supply chain and subcontractors, as well the prime contractors in the naval sector, is something he'd never come across in his 40-year career. But he added that the small and medium-sized enterprises serving the aeronautical sector are suffering more. The Armed Forces Ministry began slowly ramping up on May 7 based on two principles: preserving the health of staff and their families (all personnel, civilian or military, have been given masks, which must be worn by those who work in confined spaces such as workshops, restaurants or vehicles); and continuing with the ministry's essential mission. This includes programs meant to keep fielded weapons and equipment in operational condition, but it also concerns the delivery of new materials. “The reversibility of the procedures means that were the epidemic to break-out again within the ministry we would be able to handle it,” a May 7 ministry statement said. https://www.defensenews.com/industry/2020/05/21/french-defense-industry-plays-catch-up-as-lockdown-partially-lifts/

  • Contract Awards by US Department of Defense - December 26, 2018

    27 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 26, 2018

    NAVY Oceaneering International Inc., Chesapeake, Virginia (N64498-19-D-0001); Huntington Ingalls Inc., Newport News, Virginia (N64498-19-D-0002); and General Dynamics Electric Boat, Groton, Connecticut (N64498-19-D-0003), are being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite quantity multiple award contracts with firm-fixed-priced ordering provisions for Submarine Safety (SUBSAFE) and Level I engineering and technical services in the amounts of $827,674,072; $874,341,811; and $1,110,350,671, respectively. This requirement is for management and technical services for the support installation, troubleshooting, repair, and maintenance of main and auxiliary weapons, as well as hull, mechanical and electrical equipment for various Submarine, SUBSAFE and Level I Material work onboard SSN 21 Class (Seawolf Class); SSN 688 Class (Los Angeles Class); SSBN/SSGN 726 Class (Ohio Class); and SSN 774 Class (Virginia Class) submarines. These contracts will primarily support large submarine maintenance and modernization programs and/or critical-path ship changes/alterations that are accomplished in Navy Chief of Naval Operation availabilities, dry-dock selected restricted availabilities, engineered refueling overhauls, depot modernization periods, and continuous maintenance availabilities. Work is expected to be performed at Norfolk Naval Shipyard, Portsmouth, Virginia; Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii; Portsmouth Naval Shipyard, Portsmouth, New Hampshire; Puget Sound Naval Shipyard, Bremerton, Washington; and Naval Submarine Base King's Bay, King's Bay, Georgia. The work under this contract will contain a five-year ordering period and is expected to be completed by December 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $300,000 ($100,000 per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This funding represents the guaranteed contract minimum for each contract award. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity. Huang-Gaghan JV Two, * Alexandria, Virginia (N40080-19-D-0001); LLB Enterprises LLC, * Stafford, Virginia (N40080-19-D-0002); Argus-CJW JV LLC, * Leesburg, Virginia (N40080-19-D-0003); Signature-Renovations LLC, * Capital Heights, Maryland (N40080-19-D-0004); Snodgrass JV, * Annapolis, Maryland (N40080-19-D-0005); and JCMCS,* Washington, District of Columbia (N40080-19-D-0006), are each awarded indefinite-delivery/indefinite-quantity multiple award construction contracts for mechanical - construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base year and four option years for all six contracts combined is $99,000,000. The work to be performed provides for construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Huang-Gaghan JV Two is being awarded task order 0001 at $2,942,286 for the seed project A-59 new mechanical room and central hot water system, at Naval Research Laboratory Washington, District of Columbia. Work for this task order is expected to be completed by January 2019. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 24 months, with an expected completion date of January 2020. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds in the amount of $2,942,286 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Defense Logistics Agency); and Navy working capital fund. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, was awarded a $72,463,134 firm-fixed-price, cost-plus-fixed-fee, cost-only undefinitized contract action for the production of Aegis Weapon System fire control system MK 99 equipment, Aegis Modernization production requirements, and associated engineering services. Work will be performed in Andover, Massachusetts (66 percent); Marlborough, Massachusetts (16 percent); Chesapeake, Virginia (13 percent); Portsmouth, Rhode Island (3 percent); San Diego, California (1 percent); and Burlington, Massachusetts (1 percent), and is expected to be completed by April 2022. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2018 other procurement (Navy); and fiscal 2018 defense wide procurement funding in the amount of $22,975,534 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5112). (Awarded Dec. 21, 2018) KBE Building Corp., Farmington, Connecticut, is awarded a $30,188,219 firm-fixed-price contract for construction of a medical and dental clinic at Portsmouth Naval Shipyard. The work to be performed provides for the construction of a new free-standing medical and dental clinic consisting of two occupied stories with a shared two-story waiting area. The facility will replace the existing clinic, and will encompass Medical Homeport, optometry, undersea medicine, dental, and mental health, as well as pharmacy, radiology, ancillaries, support and administrative space. Supporting facilities construction will include all site utilities, site preparation, site improvements, paving (parking and roadways) and access roads. Work will be performed in Kittery, Maine, and is expected to be completed by January 2021. Fiscal 2017 defense military construction, medical funds in the amount of $30,188,219 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008519C9072). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $28,957,961 for contract modification P00030 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005) for sustainment of the U.S. and United Kingdom (UK) SSBN fire control system, the U.S. SSGN Attack Weapon Control System, including training and support equipment. Also included is the missile fire control for the U.S. Columbia-class and UK Dreadnought-class Common Missile Compartment program development, through first unit UK production, and Strategic Weapon Interface Simulator. Work will be performed in Pittsfield Massachusetts (90.5 percent); Bremerton, Washington, (3.6 percent); Kings Bay, Georgia (2.7 percent); Dahlgren, Virginia (1 percent); Cape Canaveral, Florida (0.9 percent); Portsmouth, Virginia (0.9 percent); and the United Kingdom (0.4 percent), with an expected completion date of Sept. 30, 2023. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $20,139,048; and United Kingdom funds in the amount of $2,726,000 are being obligated on this award. Funds in the amount of $20,139,048 will expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,183,913; and United Kingdom funds in the amount of $909,000 will be obligated. Funds in the amount of $5,183,913 will expire at the end the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. General Dynamics Bath Iron Works, Bath, Maine, is awarded a $26,448,121 cost-plus-award-fee, cost-plus-fixed-fee, cost, and firm-fixed-price contract for planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000-class destroyers post-delivery and in-service life cycle support, and shock qualification test and analysis. The planning yard will provide DDG 1000 class technical, engineering and support, including emergent technical problem investigation and resolution; shock qualification test and analysis; maintenance and modernization planning; integrated logistics support; configuration data management; maintenance, repair and/or overhaul availability planning and scheduling; modernization planning and scheduling; industrial yard/facility planning and scheduling and material orders; and fabrication and kitting. This contract includes options which, if exercised, would bring the cumulative value of this contract to $86,703,677. Work will be performed in Bath, Maine (92 percent); Gardena, California (1 percent); Atlanta, Georgia (1 percent); Muscatine, Iowa (1 percent); Patterson, New Jersey (1 percent); Saratoga Springs, New York (1 percent); and other locations below one percent (3 percent); and is expected to be completed by December 2023. Fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $25,611,651 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition under the authority of 10 U.S. Code 2304(c)(1), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2322). Raytheon Missile Systems, Tucson, Arizona, is awarded a $17,011,832 modification to previously awarded contract N00024‑17-C-5420 to exercise an option for providing Zumwalt capability and design agent support to the STANDARD Missile-2. Work will be performed in Tucson, Arizona (47 percent); Andover, Massachusetts (33 percent); Mountain View, California (12 percent); San Diego, California, (3 percent); Chandler, Arizona (2 percent); Hudson, New Hampshire (2 percent); Redmond, Washington (1 percent), and is expected to be completed by March 2022. Fiscal 2017 and 2018 weapons procurement (Navy); and foreign military sales funding in the amount of $16,951,832 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. CORRECTION: A contract modification awarded Dec. 20, 2018, to Ameresco Select Inc., Framingham, Massachusetts, for $17,961,208 (N4740899F4117), was announced with an incorrect cumulative value. The correct total cumulative value after award of the modification is $121,374,022. ARMY SOS International LLC, Reston, Virginia, was awarded a $191,225,021 firm-fixed-price contract for base life support and security services. One bid was solicited with one bid received. Work will be performed in Taji, Iraq, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 operations and maintenance; and military personnel appropriations funds in the amount of $83,044,481 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0010). The Boeing Co., Mesa, Arizona, was awarded a $49,210,651 firm-fixe-price Foreign Military Sales (Qatar) contract for Maintenance Augmentation Team services for the Qatari Air Force AH-64E aircraft. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of July 31, 2024. Fiscal 2018 operations and maintenance Army funds in the amount of $49,210,651 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0008). AIR FORCE Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $36,570,512 firm-fixed-price modification (P00045) to contract FA8106-16-C-0004 that exercises Option Year Three for contractor logistic support. This contract provides the Iraqi Air Force's Cessna 208 fleet and the 208/172 Trainer fleet with contractor logistic support. Work will be performed in Iraq and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to Iraq and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $35,000,000 contract modification for an existing non-competitive single award, indefinite-delivery/indefinite-quantity contract (H92241-15-D-0001) to provide post-deployment software support for the Common Avionics Architecture System. This modification increases the contract ceiling amount from $107,328,000 to $142,328,000. Each individual task order will be funded with procurement; research, development, testing and evaluation; and operations and maintenance appropriations, as appropriate, from the correct fiscal year at the time of obligation. This contract is not multiyear. Ordering periods will end on Nov. 30, 2019. This contract was awarded through noncompetitive procedures in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1721253/

  • Inside Europe's drive to get ammunition to Ukraine as Russia advances
Toutes les nouvelles