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

Contract Awards by US Department of Defense - May 7, 2019

NAVY

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $84,925,824 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 for AEGIS combat system engineering, architecture, development, integration and test; Naval Integrated Fire Control-Counter Air integration and test; and training, studies and computer program maintenance. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2019. Fiscal 2014 and 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 research, development, test, and evaluation (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $58,414,159 will be obligated at the time of award and funding in the amount of $4,217,275 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

G2 Software Systems Inc.,* San Diego, California, is awarded a $83,493,639 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. Fiscal 2019 working capital (Navy) funds in a guaranteed amount of $10,000 will be obligated at the time of award and will not expire by the end of the current fiscal year. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0059).

Geocent,* Metairie, Louisiana, is awarded a $83,338,808 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0060).

Forward Slope Inc.,* San Diego, California, is awarded a $76,903,173 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0058).

Advanced Sciences and Technologies LLC (AS&T),* Berlin, New Jersey, is awarded a $68,106,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a Request for Proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0056).

Solute Inc.,* San Diego, California, is awarded a $55,891,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0061).

United Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, is awarded $55,675,476 for modification P00005 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F135 long lead items to support the production delivery schedule, exercises an option for additional initial spare parts, and provides program administrative labor for the global spares pool in support the Navy; Air Force, and Marine Corps, non-U. S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in April 2022. Fiscal 2019 aircraft procurement (Navy, Air Force, and Marine Corps); non-U.S. DoD participant and FMS funds in the amount of $55,675,476 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This effort combines purchases for the Navy ($4,161,749; 7.5 percent); Air Force ($3,116,792; 5.6 percent); Marine Corps ($556,570; 1.0 percent); non-U.S. DoD participants ($24,899,106; 44.7 percent); and FMS Customers ($22,941,259; 41.2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Data Intelligence LLC,* Marlton, New Jersey, is awarded a $48,103,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy), shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0057).

Black Construction/MACE International JV, Harmon, Guam, is awarded a $29,877,000 firm-fixed-price contract for the construction of a three-megawatt photovoltaic electrical generation system at Naval Support Facility (NSF) Diego Garcia. The work to be performed provides for the construction (design-bid-build) of a three-megawatt photovoltaic electrical generation system and the supporting electrical distribution system upgrades required to interconnect the photovoltaic array with the existing NSF Diego Garcia. The project will also include site preparation, fencing, perimeter lighting and a ground cover system. Work will be performed in Diego Garcia, British Indian Ocean Territories and is expected to be completed by June 2021. Fiscal 2015 military construction (Department of Defense) contract funds in the amount of $29,877,000 are obligated on this 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 proposal received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1324).

Nathan Kunes Inc.,* San Diego, California, is awarded a $13,681,778 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for development, implementation and testing of computer network defense measures; development of wireless computing security, cross-domain solutions, and vulnerability assessments; and system and security engineering to evaluate commercial information assurance products. This two-year contract includes one three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $35,236,186. All work will be performed in San Diego, California. The period of performance of the base award is from May 7, 2019, through May 6, 2021. If the option is exercised, the period of performance would extend through May 6, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via request for proposal N66001-18-R-0351 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0089).

BAE Systems, Information and Electronics Systems Integration Inc., Hudson, New Hampshire, is awarded $10,853,462 for cost-plus-fixed-fee delivery order N0001919F0019 against a previously issued basic ordering agreement (N00019-16-G-0021) for the upgrade of the Advanced Precision Kill Weapon System (APKWS) guidance section. This delivery order provides for non-recurring tasks to combine the Rotary Wing APKWS II and the Fixed Wing APKWS II Guidance Sections into one hardware and software solution. Work will be performed in Hudson, New Hampshire (93 percent); and Austin, Texas (7 percent), and is expected to be completed in April 2021. Fiscal 2018 and 2019 procurement of ammunition (Navy and Marine Corps) funds in the amount of $10,853,462 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $11,295,446 modification (P000013) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B024) with two one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer trousers. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Federal Contracts Corp., Tampa, Florida (SPE8EC-19-D-0040), has been added as an awardee to the multiple-award contract supplying felling trailers for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017.


*Small business
**Mandatory source

https://dod.defense.gov/News/Contracts/Contract-View/Article/1840893/source/GovDelivery/

Sur le même sujet

  • New Wright-Pat facility aims to improve cyber defenses of fighters and bombers

    19 juillet 2019 | International, Aérospatial, Autre défense

    New Wright-Pat facility aims to improve cyber defenses of fighters and bombers

    By: Diana Stancy Correll The Air Force has opened a $1.5 million facility designed to improve the fighter and bomber fleets' cyber defenses against adversaries. The new work area will provide a collaborative space for acquisition professionals to learn about current and emerging threats and better protect against them. The Air Force Life Cycle Management Center's Fighters and Bombers Directorate at Wright-Patterson Air Force Base in Ohio unveiled the facility during a July 9 ribbon cutting ceremony. “We are in an age where we have a very sophisticated threat and an adversary that is really trying to get into all of our systems,” Brig. Gen. Heath Collins, fighters and bombers program executive officer, said in a recent Air Force news release. “This facility is absolutely going to be at the core of how we protect our systems moving forward.” Joseph Bradley, director of the Cyber Resiliency Office for Weapons Systems, which provided funding and expertise for the project, called it a “key component of the CROWS mission” and said it will boost the Air Force's collaboration and ability to tackle challenges. The facility isn't the only one that CROWS intends to help launch. According to the Air Force, CROWS wants to set up similar facilities at development, acquisition and sustainment centers over the next five years. https://www.airforcetimes.com/news/your-air-force/2019/07/16/new-wright-pat-facility-aims-to-improve-cyber-defenses-of-fighters-and-bombers/

  • Senior US Republicans urge long-range missiles for Ukraine | Reuters

    2 novembre 2023 | International, Terrestre

    Senior US Republicans urge long-range missiles for Ukraine | Reuters

    A group of senior Republicans in the U.S. Congress urged President Joe Biden to send longer-range missiles to Ukraine, in a show of continued support for Kyiv among U.S. lawmakers despite pushback from some conservatives against more aid.

  • Recalculating: GPS, L-band and the Pentagon’s untenable position on 5G

    27 avril 2020 | International, C4ISR

    Recalculating: GPS, L-band and the Pentagon’s untenable position on 5G

    Daniel S. Goldin Last week, Ajit Pai, the chairman of the Federal Communication Commission, submitted the L-band Ligado spectrum proposal for approval, which, he said, will “make more efficient use of underused spectrum and promote the deployment of 5G” with “stringent conditions to prevent harmful [GPS] interference.” All five FCC commissioners voted to affirm the proposal, which was formally published in a 70-page report. L-band is a critical piece of spectrum that will help accelerate the deployment of U.S. 5G so we can compete and ultimately win against China. The Department of Defense argues that use of the L-band (as Ligado proposes) will interfere with GPS, which is essential to our military and economy. The FCC's final order concludes that the testing upon which the DoD and other opponents based their GPS interference claims was invalid. L-band opponents' interference measurement (termed 1dB C/No) is “inappropriate” and “there is no connection presented in the technical studies” that prove this measure of interference “relates to performance-based metrics” of a GPS receiver. In short, the FCC said there is no harmful GPS interference, and opponents have been using a flawed methodology and an invalid test with which the FCC “strongly disagree[s].” The FCC's recent report is not the first time the Ligado proposal was determined to cause no GPS interference. In early 2019, the National Telecommunications and Information Administration under David Redl reviewed the Ligado proposal carefully — along with the 20 government agencies that comprise the review body — and determined there is no interference. The NTIA then wrote a recommendation for approval and, before it could get to the FCC, it was blocked, eventually leading to Redl's dismissal. Further, over 5,000 hours of testing, including 1,500 hours at a high-tech U.S./DoD-sponsored and designed facility (performed by the world-recognized standard-in-testing National Institute of Standards and Technology scientists and engineers), proved no harmful GPS interference. Afterward, a DoD expert who monitored and confirmed the testing results told me “there is no interference problem, only a bureaucracy problem.” Yet DoD has continued to blitz the executive and legislative branches, galvanizing opposition with a compelling plea: Ligado hurts GPS, which endangers military operations and will harm the economy. Powerful. But factually wrong. And if wrong, why is Defense Secretary Mark Esper continuing to lobby against the FCC? The FCC is an independent agency. The Communications Act of 1934 charged the FCC with regulating communications for important reasons, including “for the purpose of national defense.” So why is the DoD employing principles of war — offensive operations to mass upon and seize the objective — toward the demise of Ligado's proposal and, perhaps implicitly, Ligado itself? Members of the Senate Armed Services Committee and the House Armed Services Committee are weighing in on the DoD's behalf. They have been presented partial, one-sided information. Mr. Esper is a capable, reform-minded defense secretary who has brought much-needed change to the Pentagon. But he has also been advancing one-sided recommendations from his senior staff for GPS issues, some with longstanding connections to the highly influential Position, Navigation, and Timing Advisory Board — which enjoys a level of influence akin to a special interest group within the U.S. government. A reading of the defense secretary's November 2019 letter to the NTIA reveals that even the DoD was never really sure about its own GPS interference claims, stating merely there are “too many unknowns,” the “risks are far too great,” testing shows “potential for” disruption and the Ligado system “could have a significant negative impact.” Yet, once the Ligado proposal was presented for approval on April 15 — with no new testing or analysis since November — DoD leadership tweeted that Ligado's signal “would needlessly imperil” DoD capabilities that use GPS, and risk “crippling our GPS networks.” If taken at face value, this means the DoD has spent over $50 billion over 45 years on a military GPS system that is so fragile it can be rendered useless by a 10-watt transmitter (a refrigerator light bulb) operating 23 MHz away. If true, this would represent one of the most egregious mismanagements of taxpayer dollars in federal procurement history. The pandemic has shown that China is coercing nations in need of medical assistance to adopt Chinese 5G infrastructure. Coercion from Chinese dominance in 5G would be worse. Agencies like the FCC and NTIA are in the national security arena now. As Attorney General William Barr stated in February, “we have to move decisively to auction the C-band and bring resolution on the L-band. Our economic future is at stake. We have to bear in mind in making these spectrum decisions that, given the narrow window we face, the risk of losing the 5G struggle with China should vastly outweigh all other considerations.” It is time for bold, forward-looking leadership and a wartime mindset. Chairman Pai deserves credit for setting this example. His courageous decision, coupled with support from the FCC commissioners and the strong statements of support from Secretary of State Mike Pompeo and Barr, signals a new determination to win the 5G race. L-band spectrum will enable other key elements of the U.S. 5G strategy and private sector innovation faster than any other option. It also demonstrates that a science-based approach to technology and policy is critical, otherwise we will grind to a near halt on every major decision — like this one — to China's benefit. America is truly “exceptional,” and the envy of every political system the world over, because our system is anchored on the rule of law and institutions that allow stakeholders' competing interests to be adjudicated. All parties have had many years to make their cases. The FCC's world-class scientists and engineers have come to a conclusion. The DoD has no new information; it just does not like the result. After all the internal policy battles are fought, there is only one constituency that matters: the American people and their national and economic security, consistent with U.S. policy objectives grounded in facts. This is why we must embrace this scientifically sound and strategically wise decision by the FCC and move forward, guided by another more apt principle of war: unity of effort. https://www.c4isrnet.com/opinion/2020/04/24/recalculating-gps-l-band-and-the-pentagons-untenable-position-on-5g/

Toutes les nouvelles