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

Contract Awards by US Department of Defense - May 9, 2019

AIR FORCE

United Launch Services, Centennial, Colorado, has been awarded a $149,376,775 firm-fixed-price modification (P00002) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch Delta IV heavy launch services. This modification provides for launch vehicle production services for National Reconnaissance Office (NRO) Launch Mission Two, the second of three planned NRO launch missions under this contract. Work will be performed in Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be complete by December 2022. This modification brings the total cumulative face value of the contract to $449,813,010. Fiscal 2019 missile procurement funds in the amount of $139,028,436 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Systems & Technology Research,* Woburn, Massachusetts, has been awarded a $28,680,552 cost-plus-fixed-fee contract for research, development, operations and maintenance. This contract provides for the Dynamic Exploitation Modeling for Operational Systems (DEMOS) program, with an objective to implement automated tools for generating indications and warning and transition prototype systems to operational end users for a variety of missions. Work will be performed in Woburn, Massachusetts, and is expected to be complete by July 26, 2023. Fiscal 2018 and 2019 (Office of the Secretary of Defense) research, development, test and evaluation funds in the amount of $4,955,000; and fiscal 2019 (Defense Intelligence Agency) operations and maintenance funds in the amount of $700,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1030).

UPDATE: An $18,300,000 contract announced on March 28, 2019, to Merex Aircraft Co. Inc., Camarillo, California (FA8212-19-D-0001), for the acquisition of A-10 flap assemblies has been terminated due to a bid protest.

CORRECTION: The contract announced on May 2, 2019, for Engility Corp., Andover, Massachusetts (FA8650-19-C-6024), for research and development, included an incorrect award amount, as did a subsequent correction. The correct award amount is $58,296,527.

DEFENSE INTELLIGENCE AGENCY

Engility Corp., Chantilly, Virginia was awarded an indefinite-delivery/indefinite-quantity contract (HHM402-19-D-0003) with a maximum ceiling value of $106,000,000 for exploitation management support services to the Defense Intelligence Agency's (DIA) National Media Exploitation Center (NMEC), Bethesda, Maryland. This contract has a five-year base ordering period and five one-year options, with a June 1, 2019, start date and a potential completion date of May 31, 2029. Through this award, DIA will procure document and media management, program support, and related intelligence support services for NMEC. Work is to be performed in the National Capital Region. Fiscal 2019 operations and maintenance funds in the amount of $5,474,490 are being obligated for a cost-plus fixed-fee task order at the time of award. This was a competitive unrestricted acquisition and four offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

NAVY

Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $55,611,547 for modification P00018 to a previously awarded firm-fixed-price, cost reimbursable contract (N00019-15-D-0026). This modification exercises the fourth option year in support of the Contracted Air Services program. This modification provides contractor-owned and operated Type III high subsonic and Type IV supersonic aircraft to Navy fleet customers for a wide variety of airborne threat simulation capabilities. Work will be performed in Newport News, Virginia (44 percent); Point Mugu, California (37 percent); and various locations outside the continental U.S. (19 percent), and is expected to be completed in May 2020. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

B3 Enterprises LLC,* Woodbridge, Virginia (N44255-17-D-4011); Iron Mike - Bristol JV, LLC,* Centennial, Colorado (N44255-17-D-4012); Macnak Construction LLC,* Lakewood, Washington (N44255-17-D-4013); Tompco Inc.,* Seabeck, Washington (N44255-17-D-4014); and Veterans Northwest Construction LLC,* Seattle, Washington (N44255-17-D-4015), are awarded a firm-fixed-price modification under previously awarded indefinite-delivery/indefinite-quantity contract to increase the maximum not-to-exceed amount by $50,000,000 for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations (AO). The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities. Types of projects include, but are not limited to administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. With the award of this modification, the value of this contract is now $149,000,000. All work on this contract will be performed primarily within the NAVFAC NW AO which includes Washington (92 percent); Alaska (2 percent); Oregon (2 percent); Idaho (1 percent); Montana (1 percent); Wyoming (1 percent); and work for this contract may also be performed in the remainder of the U.S. (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of April 2022. No funds will be obligated at the time of award and no funds will expire at the end of the current fiscal year. Funds will be obligated as task orders are issued. Task orders have been and will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 16 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC NW, Silverdale, Washington, is the contracting activity.

DAV-Force Inc.,* Norman, Oklahoma (N0003919D0026); GLOTECH Inc.,* Rockville, Maryland (N0003919D0027); INDUS Technology Inc.,* San Diego, California (N0003919D0028); and North American Consulting Services Inc.,* Point Pleasant, West Virginia (N0003919D0029), are each awarded a $40,433,013 indefinite-delivery/indefinite-quantity, hybrid, firm-fixed-price, cost-reimbursable-type, multiple award contract for communications security accounting and special inventory manager support services in support of U.S. security assistance and security cooperation programs. Work will be performed in various overseas locations based on the requirement for each task order placed. The ordering period is five years with an expected completion date of May 2024. Foreign military sales funds in the amount of a minimum of $5,000 per awardee will be obligated at the time of award via a task order to each awardee. Funds in the amount of $10,000 will expire at the end of the current fiscal year. This contract was competitively procured with small business proposals solicited via the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with seven offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

Great Eastern Group Inc.,* Fort Lauderdale, Florida, is awarded a $12,220,564 firm-fixed-price contract with reimbursable elements, for logistic support of SBX-1 by the Offshore Support Vessel MV Hercules. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $48,189,426. Work will be performed in Dutch Harbor, Alaska, and is expected to be completed by July 2020. If all options are exercised, work will continue through June 25, 2024. Research development, test and evaluation funds in the amount of $3,734,457 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was solicited as a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and six offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3500).

Rolls-Royce Corp., Indianapolis, Indiana, is awarded an $8,622,670 firm-fixed-price modification to previously-awarded contract N00019-17-C-0081. This modification is for the procurement of 10 MT7 marine turbine installation parts kit shipsets for the Landing Craft, Air Cushion (LCAC) 100 Class craft. This procurement is in support of the Ship-to-Shore Connector Program. An MT7 installation parts kit is one “shipset” (craft) consisting of four engine intakes, two right-hand engine exhausts and two left-hand engine exhausts. Work to be performed includes production of the installation parts kit shipsets and delivery to Textron Marine and Land Systems for the assembly of the LCAC 100 Class craft. Work will be performed in Indianapolis, Indiana, and is expected to be completed by January 2021. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $1,724,534; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $6,898,136 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, working in conjunction with the Naval Air Systems Command.

Northrop Grumman Systems Corp., Woodland Hills, California, was awarded $7,203,829 for modification P00001 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001919D0025). This modification provides for the procurement of up to 42 additional technical refresh mission computers for AH-1Z aircraft, including trainer units and spare units for the government of Bahrain under the Foreign Military Sales program. Work will be performed in Salt Lake City, Utah (55 percent); Baltimore, Maryland (25 percent); and Woodland Hills, California (20 percent), and is expected to be completed in December 2023. No funds will be obligated at the time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded April 29, 2019)

ARMY

Ripple Effect Communications Inc.,* Rockville, Maryland, was awarded a $38,513,810 modification (P00005) to contract W81XWH-17-D-0003 for program administration and technical support services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of May 22, 2022. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

IronMountain Solutions Inc.,* Huntsville, Alabama, was awarded a $22,705,832 time-and-materials Foreign Military Sales (Afghanistan, Bahrain, United Arab Emirates, Tunisia, Thailand, Taiwan, Sweden, Egypt, Jordan, Latvia, Mexico, Saudi Arabia and Slovakia) contract for technical support services. Bids were solicited via the internet with three received. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 8, 2020. Fiscal 2019 research, development, test, and evaluation; operations and maintenance, Army; and other procurement, Army funds in the amount of $22,705,832 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17- R-0001).

Tocci Building Corp, Woburn, Massachusetts, was awarded a $20,612,338 firm-fixed-price contract for replacement family housing design and build. Bids were solicited via the internet with six received. Work will be performed in Natick, Massachusetts, with an estimated completion date of May 10, 2021. Fiscal 2015 and 2018 Army family housing construction funds in the amount of $20,612,338 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-R-0006).

Tsay/Ferguson-Williams LLC,* San Juan Pueblo, New Mexico, was awarded a $17,982,082 cost-plus-award-fee contract for operations and maintenance services. Bids were solicited via the internet with 13 received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,579,182 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity (W912WJ-19-C-0011).

Quantitech Inc.,* Huntsville, Alabama, was awarded a $16,026,683 time-and-materials Foreign Military Sales (Afghanistan, Bahrain, United Arab Emirates, Tunisia, Thailand, Taiwan, Sweden, Egypt, Jordan, Latvia, Mexico, and Slovakia) contract for support services. Bids were solicited via the internet with two received. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 8, 2020. Fiscal 2019 research, development, test, and evaluation; operations and maintenance, Army; and other procurement, Army funds in the amount of $16,026,683 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-16-R-0010).

WASHINGTON HEADQUARTERS SERVICES

Cherokee Nation Environmental Solutions LLC, Tulsa, Oklahoma, has been awarded a $15,100,000 firm-fixed-price contract. The contract expands existing mission critical chilled water distribution to provide mission critical cooling to mission critical rooms and equipment. The contract acquires design-build construction of a redundant chilled water loop in the Pentagon A-ring tunnels, risers for lateral distribution of chilled water, and a new secondary distribution pump. Work performance will take place at the Pentagon, Arlington, Virginia. Fiscal 2015 military construction funds in the amount of $15,100,000 are being awarded. This contract was a sole-source acquisition. The expected completion date is June 10, 2021. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0043).


*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1843457/source/GovDelivery/

Sur le même sujet

  • Germany awards 159 MUSD vehicle contract to GDELS

    17 avril 2020 | International, Terrestre

    Germany awards 159 MUSD vehicle contract to GDELS

    April 15, 2020 - General Dynamics European Land Systems has been awarded a contract by the German procurement agency BAAINBw for the delivery of 80 highly protected EAGLE 6x6 vehicles for the German Army`s ambulance corps. First vehicle deliveries will start in 2021 and continue throughout 2024. The EAGLE was selected in a competitive tender process under the medium protected ambulance vehicle program (“mittleres geschütztes Ambulanzfahrzeug”), which will close the gap between the user´s light and heavy ambulance vehicle fleet. The EAGLE 6x6 is the latest and largest member of the proven EAGLE family of vehicles. In its 6x6 configuration, the vehicle provides a more spacious user compartment and more payload. Reduced cost of ownership is achieved through its high degree of commonality with the 4x4 version, its maintenance-friendly design, and proven support solutions. Germany is the 2nd customer for this new EAGLE version after the Swiss Army. “We would like to thank the German Army very much for its confidence in our EAGLE vehicle platform. As a reliable partner to the Bundeswehr, GDELS is fully committed to deliver the vehicles on cost, quality, and schedule,” said Dr. Thomas Kauffmann, GDELS Vice President for International Business & Services. GDELS will manufacture the EAGLE at its sites in Switzerland and Germany. For the German program, a significant part of the production will be completed in Kaiserslautern and Sembach with the involvement of dozens of German suppliers. “This contract will further strengthen our capabilities as a leading vehicle OEM and will result in a multi-million investment into our German vehicle maintenance hub in Sembach” said Dr. Christian Kauth, Managing Director of GDELS-Deutschland. The German Army and German Federal Police operate a fleet of close to 700 EAGLE vehicles; the vehicle has proven its superior performance and reliability in various national and international missions. View source version on General Dynamics European Land Systems: https://www.gdels.com/de_pr.php?news=139

  • Contract Awards by US Department of Defense - April 22, 2020

    23 avril 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - April 22, 2020

    NAVY Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $519,063,283 cost-plus-incentive-fee, cost-plus-fixed-fee undefinitized contract for the procurement of international Aegis fire control loop development, Solid State S-Band Radar Processing Group, tools and test equipment and spares for five new multi-mission frigates supporting the Aegis combat system (Baseline 9C.2). Work will be performed in Moorestown, New Jersey (72%); Verona, Wisconsin (6%); Mt. Laurel, New Jersey (5%); Ferrol, Spain (6%); Andover, Massachusetts (3%); Washington, District of Columbia (2%); Pleasanton, California (2%); Sunnyvale, California (1%); Rota, Spain (1%); Herndon, Virginia (1%); and Clearwater, Florida (1%), and is expected to be complete by April 2030. This contract involves Foreign Military Sales (FMS) to the Kingdom of Spain. FMS funding in the amount of $90,702,286 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 the authority from 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5105). (Awarded April 17, 2020) Lockheed Martin Corp., King of Prussia, Pennsylvania, is awarded an $88,988,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides management and maintenance of the Tactical Tomahawk Weapons Control System software product baseline, required system and software documentation for the Navy and the government of the United Kingdom of Great Britain and Northern Ireland. Work will be performed at King of Prussia, Pennsylvania, and is expected to be complete by January 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0017). Clark Construction Group LLC, Bethesda, Maryland, is awarded a $78,211,055 modification under a firm-fixed-price contract to allot the second increment which provides for the construction of the VC-25B hangar complex at Joint Base Andrews, Maryland. The total contract amount after allotting these funds will be $298,211,055. Work will be performed in Camp Springs, Maryland, and provides for the construction of a hangar complex, an aircraft access taxiway/parking apron, associated lighting, engine run-up pads and a hydrant refueling system with storage tanks. Additional requirements include, but are not limited to, site preparation, wetland/stream mitigation, storm water management, a parking lot, and a fire detection and suppression system. Work is expected to be complete by April 2022. Fiscal 2020 military construction, (Air Force) contract funds in the amount of $78,211,055 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-0008). Pennsylvania State University, Applied Research Laboratory, Electro Optics Center, Freeport, Pennsylvania, is awarded a $50,000,000 indefinite-delivery/indefinite-quantity contract for the Navy Manufacturing Technology (ManTech) Electro Optics Center of Excellence (herein the center). Work will be performed in Freeport, Pennsylvania, and provides for the operation and management of the center in its mission to develop naval platform-related manufacturing technologies and transition the technology for implementation in U.S. electro optics and other industrial facilities. In addition to accomplishing the center's core mission, the contractor shall manage, operate, sustain and enhance the center's ability to function as a Navy ManTech Center of Excellence. Work is expected to be complete by April 2025. The total cumulative value of this contract is $50,000,000. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amounts of $350,000 and $225,000 are obligated on two task orders at the time of award. These funds will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-R-0003. One proposal was received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-D-7001). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $41,946,591 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5225 to exercise options for engineering services in support of the Navy's AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems. This modification includes purchases for the Navy (54%); and the government of Japan (46%) under the Foreign Military Sales (FMS) program. Work will be performed in Manassas, Virginia (83%); Lemont Furnace, Pennsylvania (10%); Syracuse, New York (6%); and Hauppauge, New York (1%). This option exercise is for Japan FMS; advanced capability build (ACB) engineering services; lab technician support; and integrated logistics support, production and engineering support of AN/SQQ-89A(V)15 Surface Ship Undersea Warfare (USW) Combat System Technical Insertion (TI)-20 systems. AN/SQQ-89A(V)15 is the Surface Ship USW combat system with the capabilities to search, detect, classify, localize and track undersea contacts and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development, integration and production of future ACB and TI baselines of the AN/SQQ-89A(V)15 USW Systems. Work is expected to be complete by May 2021. FMS Japan; fiscal 2020 shipbuilding and conversion (Navy); 2020 research, development, test and evaluation (Navy); 2020 other procurement (Navy); 2020 operations and maintenance (Navy); 2019 shipbuilding and conversion (Navy); and 2018 shipbuilding and conversion (Navy) funding in the amount $13,153,266 will be obligated at the time of award and funding in the amount of $184,698 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $33,806,558 cost-plus-incentive-fee contract modification to previously-awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support, engineering services and required materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by August 2030. Fiscal 2019 and 2020 other procurement (Navy); and fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $33,806,558 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. ASR International Corp., doing business as ASR Management & Technical Services,* Hauppauge, New York (N64498-20-D-4001); The McHenry Management Group Inc.,* Chesapeake, Virginia (N64498-20-D-4002); EHS Technologies Corp.,* Moorestown, New Jersey (N64498-20-D-4003); NDI Engineering Co.,* Thorofare, New Jersey (N64498-20-D-4004); Advanced Internet Marketing Inc., doing business as The GBS Group,* Virginia Beach, Virginia (N64409-20-D-4016); and Transtecs Corp.,* Wichita, Kansas (N64498-20-D-4017), are each awarded $26 million – $34 million (approximately) for an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract with firm-fixed-price task order provisions for integrated logistics services to support logistics functional areas for planning, implementation and management of hull, mechanical and electrical new acquisition/construction systems. The contract awarded to ASR Management & Technical Services is not to exceed $29,400,673; the contract awarded to The McHenry Management Group is not to exceed $28,564,387; the contract awarded to EHS Technologies Corp. is not to exceed $29,583,745; the contract being awarded to NDI Engineering Company is not to exceed $28,551,630; the contract awarded to The GBS Group is not to exceed $33,757,971; and the contract awarded to Transtecs Corp. is not to exceed $34,165,405. Work will be performed in Philadelphia, Pennsylvania (24%); and the remaining (76%) will be performed in Washington, District of Columbia; Pearl Harbor, Hawaii; Pascagoula, Mississippi; Norfolk, Virginia; Bath, Maine; Panama City, Florida; Slidell, Louisiana; San Diego, California; Port Hueneme, California; Keyport, Washington; Japan; and Sigonella, Sicily, Italy, as determined by individual task order awards. This requirement is to provide integrated logistics services (ILS) to support logistics functional areas for planning, implementation and management of hull, mechanical and electrical new acquisition/construction systems and initiatives. Services performed by the contractors shall include various logistics support tasks necessary for continued operational readiness of the organization. The services required include: acquisition program support; logistics program support; engineering program support; manpower, personnel and training support; planned maintenance/technical feedback support; ILS certification support; configuration support and associated analysis. Work is expected to be complete by April 2026. Fiscal 2013 and fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $60,000 ($10,000 minimum guarantee per contract) will be obligated at time of award via individual task orders and will not expire at the end of the current fiscal year. These contracts were competitively procured using full and open competition via the Federal Business Opportunities website, with eight offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Advanced Acoustic Concepts LLC, Hauppauge, New York, is awarded a $12,307,858 cost-plus-fixed-fee and firm-fixed-price modification to previously awarded contract N00024-19-C-6311 in support of the Littoral Combat Ship mission module program. The award is to build, deliver and install the three mission package computing equipment (MPCE) kits, one mission package portable control station, and one common mission package trainer for use with the Littoral Combat Ship (LCS) mission modules. Additionally, the contractor will assist the Navy in the development of a new MPCE baseline. Work will be performed in Lemont Furnace, Pennsylvania (50%); Hauppauge, New York (36%); Columbia, Maryland (7%); Washington, District of Columbia (5%); and San Diego, California (2%). This contract procures the hardware and software that comprise the mission package computers, software, and trainers for the Navy's Littoral Combat Ship program, including the computing environment MPCE; hosted software (mission package operating environment); and mission package services. Work is expected to be complete by September 2021. Fiscal 2019 and fiscal 2020 other procurement (Navy); and fiscal 2020 research, development, test and evaluation funding in the amount of $12,521,155 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. Raytheon Co., Goleta, California, is awarded a $10,081,390 firm-fixed-price delivery order (N00383-20-F-BV03) under a previously awarded basic ordering agreement (N00383-17-G-BV01) for the repair of the ALE-50 towed decoy system used in support of the F/A-18 Super Hornet warfare air craft. Work will be performed in Forest, Mississippi, and is expected to be complete by October 2022, with no option periods. Fiscal 2020 working capital funds (Navy) in the full amount of $10,081,390 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Raytheon Missiles & Defense, Portsmouth, Rhode Island, is awarded a $7,006,525 modification to previously-awarded contract N00024-17-C-6305 to exercise options for fabrication, procurement, assembly, test and delivery of airborne mine neutralization system launch and handling system low-rate initial production units and associated engineering support services. Work will be performed in Portsmouth, Rhode Island. This action is to exercise Option Year Three for fabrication, procurement, assembly, test and delivery of two Airborne Mine Neutralization System load handling system and low rate initial production units and associated engineering support. Work is expected to be complete by December 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $6,099,047 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. ARMY Ahtna Engineering Inc.,* Anchorage, Alaska (W911KB-20-D-0001); Brice Engineering LLC,* Anchorage, Alaska (W911KB-20-D-0002); Bristol Environmental Remediation Services LLC,* Anchorage, Alaska (W911KB-20-D-0003); Cape-Weston JV2 LLC,* Anchorage, Alaska (W911KB-20-D-0004); Paragon-Jacobs JV,* Anchorage, Alaska (W911KB-20-D-0005); North Wind-EA JV LLC,* Idaho Falls, Idaho (W911KB-20-D-0012); FPM Remediations Inc.,* Oneida, New York (W911KB-20-D-0013); and Bethel Environmental Solutions LLC,* Anchorage, Alaska (W911KB-20-D-0014), will compete for each order of the $140,000,000 firm-fixed-price contract for environmental remediation services at various locations in Alaska, U.S. Pacific Command and U.S. Army Corps of Engineers, Alaska Pacific Ocean Division areas of responsibility. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 22, 2025. U.S. Army Corps of Engineers, Joint Base Elmendorf Richardson, Alaska, is the contracting activity. Leidos Inc., Gaithersburg, Maryland, was awarded a $100,752,878 modification (P00021) to contract W912DY-18-F-0153 to provide enterprise-wide information management/information technology services in support of U.S. Army Corps of Engineers' customers. Bids were solicited via the internet with four received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of April 25, 2021. Fiscal 2020 revolving funds in the amount of $100,752,878 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. S.E.A. Construction LLC,* Raymond, Washington, was awarded a $22,103,000 firm-fixed-price contract to repair damaged areas on the Humboldt North and South Jetties located near the Humboldt Bay entrance near Eureka, California. Bids were solicited via the internet with six received. Work will be performed in Eureka, California, with an estimated completion date of June 30, 2022. Fiscal 2020 civil operations and maintenance funds in the amount of $22,103,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0004). Turner Construction, New York, New York, was awarded a $19,500,000 modification (PZ0001) to contract W912DS-20-C-0008 to definitize contract for New York State alternative care facilities. Work will be performed in Stony Brook, New York, with an estimated completion date of April 24, 2020. Fiscal 2020 defense emergency response funds in the amount of $19,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 21, 2020) General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $19,100,140 modification (P00029) to contract W52P1J-17-C0024 to procure 120mm M865A1 new production cartridges for 120mm tank training ammunition. Bids were solicited via the internet with two received. Work will be performed in St. Petersburg, Florida, with an estimated completion date of March 31, 2022. Fiscal 2019 and 2020 procurement of ammunition, Army funds in the amount of $19,100,140 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Haugland Energy Group LLC, Plainview, New York, was awarded a $12,950,000 modification (PZ0001) to contract W912DS-20-C-0010 to definitize letter contract for New York State alternative care facilities. Work will be performed in White Plains, New York, with an estimated completion date of April 22, 2020. Fiscal 2020 defense emergency response funds in the amount of $12,950,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 20, 2020) Gen-Probe Inc., Marlborough, Massachusetts, was awarded a $12,600,000 firm-fixed-price contract for COVID-19 testing kits. 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 April 19, 2021. U.S. Army Health Readiness Contracting Office, Fort Sam Houston, Texas, is the contracting activity (W81K04-20-F-1113). (Awarded April 20, 2020) Khotol Services Corp,* Galena, Alaska, was awarded a $12,000,000 modification (P00005) to contract W911SA-17-D-2001 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the Ozark Region, to include Iowa and Missouri. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of May 1, 2022. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Troop Contracting Inc.,* Willowbrook, Illinois, was awarded a $12,000,000 modification (P00003) to contract W911SA-17-D-2002 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the Hoosier Region, to include Indiana. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 1, 2022. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Sierra Nevada Corp., Sparks, Nevada, was awarded an $88,000,000 modification on an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, and cost reimbursable contract (H92241-19-D-0009) in support of U.S. Special Operations Command (USSOCOM) for the Degraded Visual Environment Pilotage System. This modification raises the contract ceiling to $110,000,000. Fiscal 2019 procurement funds in the amount of $5,000,000 are being obligated at the time of award. The majority of the work will be performed in Sparks, Nevada. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM Headquarters, Tampa, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2161130/source/GovDelivery/

  • Space Futures Command could begin limited operations this year

    28 février 2024 | International, Aérospatial

    Space Futures Command could begin limited operations this year

    Chief of Space Operations Gen. Chance Saltzman announced the creation of the command Feb. 12 as part of a slate of organizational changes.

Toutes les nouvelles