12 juin 2024 | International, Sécurité
Black Basta Ransomware May Have Exploited MS Windows Zero-Day Flaw
Symantec uncovers Black Basta ransomware exploiting Windows flaw. Learn about Cardinal group's cyber threats via Microsoft products.
29 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
ARMY
Ad Hoc Research Associates LLC,* Havre De Grace, Maryland (W91CRB-20-D-0017); Beshenich Muir and Associates LLC,* Leavenworth, Kansas (W91CRB-20-D-0018); Digiflight Inc.,* Columbia, Maryland (W91CRB-20-D-0019); Integrated Defense Applications LLC,* El Paso, Texas (W91CRB-20-D-0020); Joint Research and Development Inc.,* Stafford, Virginia (W91CRB-20-D-0021); Man-Machine Systems Assessment Inc.,* El Paso, Texas (W91CRB-20-D-0022); and Science and Technology Corp.,* Hampton, Virginia (W91CRB-20-D-0023), will compete for each order of a $249,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract to provide engineering and test support services across all directorates and divisions within the U.S. Army Evaluation Center, Aberdeen Proving Ground, Maryland. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 27, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.
James Construction, Baton Rouge, Louisiana, was awarded a $55,050,170 firm-fixed-price contract for the Comite River Diversion Project. Bids were solicited via the internet with three received. Work will be performed in East Baton Rouge, Louisiana, with an estimated completion date of Dec. 31, 2021. Fiscal 2018 civil construction funds in the amount of $55,050,170 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0023).
Jabez-Absher Small Business JV,* Orting, Washington, was awarded a $42,743,158 firm-fixed-price contract for a 22 Special Tactics Squadron operations facility at Joint Base Lewis-McChord (JBLM), Washington. Bids were solicited via the internet with two received. Work will be performed at JBLM with an estimated completion date of July 7, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $42,743,158 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0005).
PRIDE Industries, Roseville, California, was awarded a $20,281,403 firm-fixed-price contract to provide repair and maintenance support to the real property assets of the Joint Readiness Training Center and Fort Polk, Louisiana. Bids were solicited via the internet with one received. Work will be performed in Leesville, Louisiana, with an estimated completion date of May 31, 2021. No funds were obligated at the time of the award. The U.S. Army 418th Contract Support Brigade, Fort Hood, Texas, is the contracting activity (W91247-18-C-0011).
General Electric Co., Lynn, Massachusetts, was awarded a $9,451,807 firm-fixed-price contract for maintenance and overhaul of the Stage 1 Nozzle. 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 27, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0036).
NAVY
R.A. Burch Construction Co. Inc.,* Ramona, California (N62473-17-D-4626); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-17-D-4627); I.E.-Pacific Inc.,* Escondido, California (N62473-17-D-4628); Barnhart-Reese Construction Inc.,* San Diego, California (N62473-17-D-4629); and Bilbro Construction Co. Inc.,* Escondido, California (N62473-17-D-4630), are awarded $58,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all five contracts combined is increased from $240,000,000 to $298,000,000. The contracts are for new construction, renovation and repair of general building construction projects at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. All work will be performed at various federal sites within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility. No funds are being obligated on this award and they will not expire. Future task orders will be primarily funded by military construction (Navy) funds; operations and maintenance (O&M) (Navy) funds; O&M (Marine Corps) funds; and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website and 20 proposals were received. The NAVFAC Southwest, San Diego, California, is the contracting activity.
Metron Inc.,* Reston, Virginia, is awarded a $32,199,767 ceiling increase and 36-month period of performance extension modification to previously awarded, cost-plus-fixed-fee contract N65236-17-C-8000 for research and development of a mission planning and execution aid tool to support strategic fleet operations. Work will be performed in Reston, Virginia (81%); and San Diego, California (19%), and is expected to be complete by May 2023. This modification brings the total cumulative value of the contract to $52,574,968. Fiscal 2020 research, development, testing and evaluation (Navy) funds in the amount of $4,362,374 will be obligated at time of award and will not expire at the end of the fiscal year. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.
Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $23,589,660 indefinite-delivery/indefinite-quantity modification (N69450-11-D-7578) for the exercise of the option to extend services for base operations support services at Naval Submarine Base Kings Bay, Georgia. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute base operations support services. Work is expected to be complete by November 2020. After award of this option, the total cumulative contract value will be $365,830,721. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,831,705 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity.
Vectrus-J&J Facilities Support LLC, Colorado Springs, Colorado, is awarded a $23,274,230 indefinite-delivery/indefinite-quantity contract (N62470-20-D-0011) for base operations support (BOS) services at Naval Support Activity, Annapolis, Maryland, to include services at the U.S. Naval Academy. Work will be performed in Anne Arundel County, Maryland. The BOS services to be performed include general information, management and administration, facility management, facility investment, pest control, integrated solid waste management, pavement clearance, special events, utility management, electrical, natural gas, wastewater, steam, water, chiller plant and transportation. Work is expected to be complete by August 2027. The maximum dollar value, including the base period and six option periods, is $154,100,049. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,172,106 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, and nine proposals were received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.
Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $17,916,867 modification (P00286) to previously awarded cost-plus-incentive-fee contract N00019-06-C-0081. This modification provides logistics, program management, training, configuration management and sustaining engineering support for the H-53K system demonstration and test article aircraft. Work will be performed in Shelton, Connecticut (57%); New River, North Carolina (35%); Patuxent River, Maryland (5%); and Bohemia, New York (3%). This modification includes pre-initial operational test and evaluation scheduled and unscheduled maintenance and software updates as well as product support packages, repair of repairable analysis and identification and interim supply support provisioning. Additionally, various pieces of peculiar support equipment and common support equipment may be identified and procured under this modification. Work is expected to be complete by December 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $7,500,000 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.
Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $15,827,023 indefinite-delivery/indefinite-quantity (IDIQ) modification (N62742-16-D-3552) for the exercise of Option Two under an IDIQ contract for base operations support services at Naval Station Guantanamo Bay, in the Naval Facilities Engineering Command Southeast area of responsibility (AOR). Work will be performed in Guantanamo Bay, Cuba. The work to be performed provides for base operations support services to include facility investment, other (swimming pools), utilities management, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. Work is expected to be complete by November 2020. After award of this option, the total cumulative contract value will be $61,744,502. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy); fiscal 2020 operations and maintenance (Army); and fiscal 2020 Defense Health Program contract funds in the amount of $12,228,731 for recurring work will be obligated on modifications to the task order during the option period. The Naval Facilities Engineering Command Southeast, Guantanamo Bay, Cuba, is the contracting activity.
BAE Systems Land and Armaments LP, Sterling Heights, Michigan, is awarded an $11,038,019 modification for cost-plus-fixed-fee Contract Line Item Number 8101 to previously awarded contract M67854-16-C-0006 for Phase Two of the design and development for the Amphibious Combat Vehicle (ACV) medium caliber cannon mission role variant. The ACV program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in York, Pennsylvania (85%); and Aiken, South Carolina (15%), and is expected to be complete by March 2021. Fiscal 2020 research, development, test and evaluation (Marine Corps) funds in the amount of $3,885,873 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract modification was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.
Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $9,885,077 indefinite-delivery/indefinite-quantity (IDIQ) modification (N62470-14-D-6012) for the exercise of bridge Option Two under an IDIQ contract for base operations support services at Isa Air Base, Kingdom of Bahrain. Work will be performed at Isa Air Base, Kingdom of Bahrain, and provides for but is not limited to all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services. Work is expected to be complete by August 2020. After award of this bridge option, the total cumulative contract value will be $181,834,599. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $9,885,077 for recurring and non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Europe, Africa and Central, is the contracting activity.
DynCorp International, Fort Worth, Texas, is awarded an $8,774,725 modification (P00007) to previously awarded firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract N61340-19-D-0905. This modification increases the flight hour capacity on base year two of this contract by 1,100 flight hours per month, increasing the total flight hours from 6,500 hours per month to 7,600 hours per month in support of the TH-57 aircraft. Work will be performed in Milton, Florida, and is expected to be complete by May 2023. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Training Systems Division, Orlando, Florida, is the contracting activity.
DEFENSE LOGISTICS AGENCY
Interior Fusion LLC, Largo, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a May 27, 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-0041).
Varec Inc., Norcross, Georgia, has been awarded a maximum $9,584,428 firm-fixed-price task-order (SP4702-20-F-0048) against a four-year blanket purchase agreement (SP4702-19-A-0504) for FuelsManager defense deployments and on-site support. This was a sole-source acquisition as stated in Federal Acquisition Regulation 8.405-6 (a)(1)(i)(B). This is a one-year contract with no option periods. Locations of performance are inside and outside the continental U.S., with a May 31, 2021, performance completion date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio.
Genesis Vision,* doing business as Rochester Optical, Rochester, New York, has been awarded a maximum $9,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for optical frames. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a May 27, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0013).
Varec Inc., Norcross, Georgia, has been awarded a maximum $8,829,339 firm-fixed-price task order (SP4702-20-F-0049) against a four-year blanket purchase agreement (SP4702-19-A-0505) for FuelsManager defense software maintenance services. This was a sole-source acquisition as stated in Federal Acquisition Regulation 8.405-6 (a)(1)(i)(B). This is a one-year contract with no option periods. Locations of performance are Georgia and Virginia, with a May 31, 2021, performance completion date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio.
AIR FORCE
Thomas Instrument, Brookshire, Texas, was awarded a $25,334,400 five-year, indefinite-delivery/indefinite-quantity contract for remanufacture of B-1B left/right-hand hydraulic heat exchanger. Work will be performed in Brookshire, Texas, and is expected to be completed by Sept. 21, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 working capital funds in the amount of $1,679,680 will be obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-20-D-0010).
Northrop Grumman Systems Corp., has been awarded a $19,354,527 firm-fixed-price requirements contract for the repairs, spares and engineering services relating to the electronic systems test set, ALQ-155 power management system, ALQ-161 defensive avionics system (DAS) and Band 6/7/9 of B-1B ALQ-161 DAS. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Sept. 9, 2028. This award is the result of a non-competitive acquisition. Fiscal 2020 defense working capital funds are being used and no funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0011).
M1 Support Services L.P., Denton, Texas, has been awarded a $12,533,445 firm-fixed-price modification (P00101) to contract FA8106-13-C-0008 for C-21 contractor logistics support services. This modification provides for the exercise of Option Seven, which includes maintenance and repair support of the C-21 fleet. Work will be performed at various locations worldwide, and is expected to be completed by Dec. 31, 2020. This modification brings the total cumulative face value of the contract to $138,119,030. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Dynetics Inc., Huntsville, Alabama, has been awarded a $10,452,506 indefinite-delivery/indefinite-quantity (IDIQ) contract for the Laboratory Intelligence Validated Emulator (LIVE) Virtual Constructive (LVC) production and sustainment. The work involved with this effort includes production, test and delivery of LIVE LVC test systems and sustainment of those systems for the Electronic Warfare and Avionics Integration Support Facility, Robins Air Force Base, Georgia, and other Department of Defense agencies. Work will be performed in Huntsville, Alabama, and is expected to be completed by May 27, 2030. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $824,186; and fiscal 2020 aircraft procurement funds in the amount of $3,191,926 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity (FA8523-20-D-0004).
Northrop Grumman Systems Corp., Azusa, California, has been awarded a $7,304,322 firm-fixed-price and cost-reimbursement modification (P00013) to contract FA8823-17-C-0001 for Defense Meteorological Satellite Program sensor sustainment. This contract modification provides for the exercise of an option for sensor sustainment of the Defense Meteorological Satellite Program on-orbit constellation being provided under the basic contract. Work will be performed in Azusa, California; Baltimore, Maryland; Boulder, Colorado; and Dallas, Texas, and is expected to be completed May 31, 2021. The total cumulative face value of the contract is $29,309,850. Fiscal 2020 operations and maintenance funds are being obligated at the time of award. The Space and Missiles Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.
U.S. SPECIAL OPERATIONS COMMAND
Leidos Inc., Reston, Virginia (H92238-20-C-0001) was awarded a $22,699,935 cost-plus-fixed-fee contract for a De Havilland Canada Dash 8 aircraft, with modifications in support of U.S. Special Operations Command (USSOCOM) requirements. The contract is multi-year and funded with fiscal 2020 procurement, defense-wide appropriations. The majority of the work will be performed in Bridgewater, Virginia. This is a non-competitive award and in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM, Tampa, Florida, is the contracting activity.
*Small business
https://www.defense.gov/Newsroom/Contracts/Contract/Article/2200874/source/GovDelivery/
12 juin 2024 | International, Sécurité
Symantec uncovers Black Basta ransomware exploiting Windows flaw. Learn about Cardinal group's cyber threats via Microsoft products.
16 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
ARMY BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $249,152,760 modification (P00042) to contract W56HZV-17-C-0001 for the Self-Propelled Howitzer and carrier, ammunition, tracked vehicles and their associated support under the production contract to build and deliver M109A7s and M992A3s. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2023. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $249,152,760 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Palantir USG Inc., Palo Alto, California, was awarded an $110,814,893 other transaction agreement contract for numerous databases across the Army enterprise integrated on one platform. One bid was solicited via the internet with one bid received. Work will be performed in Washington, District of Columbia, with an estimated completion date of Dec. 15, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $32,545,300 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-9-P001). Conco Inc.,* Louisville, Kentucky (W15QKN-20-D-0003); and Delfasco LLC,* Afton, Tennessee (W15QKN-20-D-0004), will compete for each order of the $46,200,000 firm-fixed-price contract for manufacture, inspect, test, and deliver metal containers and covers for the M231 and M232 series for the Modular Artillery Charge Systems. 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 Dec. 12, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alabama Department of Rehabilitation, Montgomery, Alabama, was awarded a $32,150,000 firm-fixed-price contract for full food service operations of an Army dining facility, receiving, storing, preparing, requisitioning, and serving food. 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 June 13, 2025. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0005). Lockheed Martin Corp., Orlando, Florida, was awarded a $15,547,894 modification (P00084) to contract W31P4Q-15-C-0102 for the Joint Air-to-Ground Missile production line for a rate ramp increase of 50 to 100 missiles per month. Work will be performed in Orlando, Florida, with an estimated completion date of March 30, 2022. Fiscal 2018 and 2019 procurement of ammunition, Army funds in the amount of $15,547,894 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AM General LLC, South Bend, Indiana, was awarded a $15,118,831 firm-fixed-price Foreign Military Sales (Jordan) contract for hardware support to reset and upgrade a fleet of 200 M998 High Mobility Multi-Wheeled Vehicles. One bid was solicited via the internet with one bid received. Work will be performed in Amman, Jordan, with an estimated completion date of Dec. 13, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $15,118,831 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-C-0037). Primus, Beltsville, Maryland, was awarded an $8,782,763 firm-fixed-price contract for cold and hot aviation refuel and defuel services, personnel, management, parts, supplies, transportation and vehicles/trucks. One bid was solicited via the internet with one bid received. Work will be performed in Daleville, Alabama, with an estimated completion date of June 16, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0004). NAVY Noresco LLC, Westborough, Massachusetts, is awarded firm-fixed-price task order (N3943020F9905) at $169,331,394, under a multiple award, indefinite-delivery/indefinite-quantity contract for energy conservation measures at Naval Submarine Base New London, Groton, Connecticut. The work to be performed provides for the construction, operations, and maintenance of energy conservations to improve energy efficiency and reliability, which include energy management control system upgrades, combined heat power and micro-grid expansion, lighting upgrades, and steam distribution improvements. Work will be performed at Naval Submarine Base New London, Groton, Connecticut, and is expected to be completed in 21 years by December 2040. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 36-month construction (i.e. implementation) phase of the project. Five proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29039). Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $123,532,573 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-5112) to exercise options for fiscal 2020 production of AEGIS Weapon System Fire Control System (FCS) MK 99 equipment, AEGIS modernization production requirements, and associated engineering services. These services are in support of DDG 51 Class Flight III destroyers and the Spanish navy's F-110 program. This modification also covers the production of the AEGIS BMD Kill Assessment Ordnance Alteration (ORDALT) Kits and Solid State Switch Assembly (SSSA) Special Test Equipment (STE). The AMOD program fields combat system upgrades that will enhance the Anti-Air Warfare (AAW) and Ballistic Missile Defense (BMD) capabilities of AEGIS equipped DDG 51 Arleigh Burke-class destroyers. Work will be performed in Andover, Massachusetts (81%); Marlborough, Massachusetts (10%); Chesapeake, Virginia (3 %); Portsmouth, Rhode Island (3%); San Diego, California (2%); and Burlington, Massachusetts (1%), and is expected to be completed by April 2023. Foreign Military Sales; fiscal 2020 shipbuilding and conversion (Navy); fiscal 2020 other procurement (Navy); and fiscal 2020 defense wide procurement funding in the amount of $123,532,573 will be obligated at the 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. Anchor Innovation, Inc.,* Virginia Beach, Virginia (N00167-20-D-0001); Auxiliary Systems Inc.,* Norfolk, Virginia (N00167-20-D-0002); Colonna's Shipyard Inc.,* Norfolk, Virginia (N00167-20-D-0003); Fairlead Boatworks Inc.,* Newport News, Virginia (N00167-20-D-0004); Gryphon Technologies LC, Washington, District of Columbia (N00167-20-D-0005); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N00167-20-D-0006); and United States Marine Inc.,* Gulfport, Mississippi (N00167-20-D-0007), are awarded a combined maximum $43,109,222 indefinite-delivery/indefinite-quantity multiple-award contract for watercraft industrial services and supplies in support covering all phases of watercraft total life cycle to include construction, proof of design, model development and realization, fabrication, modernization, repair, overhaul quality assurance, and testing of the Naval Surface Warfare Center Carderock Division Detachment Norfolk, Combatant Craft Division. The contractor shall perform in a wide variety of locations both within the continental U.S. and outside the continental U.S. (OCONUS). The expected work distribution by performance location includes Mid Atlantic U.S. (60%); Southwest U.S. (15%); U.S. Gulf Coast (2%); Northwest U.S. (2%); Northeast U.S. (1%); other/OCONUS (20%). OCONUS locations typically include, but are not limited to Bahrain, Kuwait, United Arab Emirates, Spain, Italy, Horn of Africa, Guam, Japan, Hawaii and Alaska. Work is expected to be complete by December 2022. Fiscal 2020 service cost center (Navy) funding in the total amount of $12,000 will be obligated at time of award to meet the minimum guarantee under each contract and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Naval Surface Warfare Center Carderock Division, Detachment Norfolk, Virginia, is the contracting activity. John C. Grimberg Co. Inc., Rockville, Maryland, is awarded a $27,830,000 firm-fixed-price contract for the construction repair of a solid state electronic devices laboratory at Naval Research Laboratory. The work to be performed will repair Building 74, including conversion of existing high bay storage into laboratory spaces, and will repair Building 81. Repair work in Building 74 includes replacement and repair of structural and architectural systems including steel framing, second floor assembly, roof, windows, doors, exterior finishes, exterior egress stairs, elevator, partitions, interior finished, laboratory facilities and abatement of hazardous materials. The renovation also includes replacement of mechanical and electrical systems including controls, chilled water system, air handling system, fire protection, clean room and laboratory systems (water, gas, ventilation, pressurization, and filtration), lighting, power and electrical distribution. Repairs in Building 81 will replace deteriorated components while additional construction will alter the building height to accommodate specialized equipment. Work will be performed in Washington, District of Columbia, and is expected to be completed by January 2022. Fiscal 2020 operations and maintenance, (Navy) contract funds in the amount of $27,830,000 are obligated on this award and will 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, Washington, Washington, District of Columbia, is the contracting activity (N40080-20-C-0004). Arete Associates Inc.,* Northridge, California, is awarded a $17,561,860 firm-fixed-price modification to a previously-awarded contract (N61331-18-D-0012) to exercise Option 2, to provide Coastal Battlefield Reconnaissance and Analysis (COBRA) Block I systems. Work will be performed in Tucson, Arizona (35%); Destin, Florida (35%); and Santa Rosa, California (30%), and is expected to be completed by July 2022. No funding will be obligated at time of award. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Noresco LLC, Westborough, Massachusetts, is awarded a $16,988,494 firm-fixed-price task order (N3943020F9903) under a multiple award, indefinite-delivery/indefinite-quantity, energy savings performance contract at Naval Support Activity Hampton Roads, Norfolk, Virginia. The work to be performed provides for the design, construction, and installation of energy conservation measures for boiler plant improvements, water and sewer conservation systems and water resiliency. The work also provides for performance period services consisting of measurement and verification, operations and maintenance, and repair and replacement services. Work will be performed at Naval Support Activity Hampton Roads, Norfolk, Virginia, and is expected to be completed in 22 years by December 2041. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 24-month construction (i.e. implementation) phase of the project. Nine proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency and Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-90GO29039). AIR FORCE Pinnacle Solutions Inc., Huntsville, Alabama, has been awarded a $21,395,866 modification (P00049) to previously awarded FA8621-16-C-6281 for support of the KC-10 training system. This contract modification provides for the exercise of Option Year Four. Work will be performed at Travis Air Force Base, California; Joint Base McGuire-Dix-Lakehurst, New Jersey; and the Training System Support Center in Fairfield, California, and is expected to be complete by Dec. 31, 2020. The total cumulative face value of the contract is $105,964,368. Fiscal 2020 operations and maintenance funds in the amount of $14,965,279 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Edaptive Computing Inc., Dayton, Ohio, has been awarded a $14,865,271 cost-plus-fixed-fee contract for research and development of the Joint Federated Assurance Center Trust Lab Enterprise effort. This effort seeks to enhance, deploy, transition, and support decision-aiding tools for the Air Force Research Laboratory Joint Federated Assurance Center trust laboratory research and development of analysis, design and verification tools to promote trusted systems engineering for integrated circuits electronics. Work will be performed at Dayton, Ohio, and the work is expected to be completed by March 13, 2024. This award is the result of a non-competitive acquisition. Fiscal 2020 research and development funds in the amount of $12,500,000 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-F-1956). DEFENSE LOGISTICS AGENCY Ultrax Aerospace Inc., Lees Summit, Montana, has been awarded a maximum $13,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for spares/repairs in support of the UH-60 Black Hawk Helicopter Automated Flight Control line replaceable units. 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 five-year base contract with no option periods. Location of performance is Montana, with a Dec. 12, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0004). DEFENSE FINANCE AND ACCOUNTING SERVICE Kearney and Company PC, Alexandria, Virginia, is being awarded a labor-hour contract option with a maximum value of $10,721,966 for audit services of the Defense Health Program (DHP). Work will be performed in various locations including the DHP headquarters in Falls Church, Virginia, as well as other federal locations in Texas, Ohio, Indianapolis, Maryland, Colorado, New York, and Maine, with an expected completion date of Dec. 31, 2020. This contract is the result of a competitive acquisition in which two bids were received. This award brings the total cumulative value of the contract to $36,598,260. Fiscal 2020 operations and maintenance, defense wide funds in the amount of $10,721,966 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0096). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2040280/source/GovDelivery/
12 septembre 2023 | International, Aérospatial, C4ISR
This the latest in a rash of strategy documents recently produced by the country focused on the land, air and sea domains of warfare.