11 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - November 11, 2019

U.S. TRANSPORTATION COMMAND

Seventeen companies have been awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts under the Worldwide Airlift Services Program, contracts with an estimated program value of $5,700,000,000: Air Center Helicopters, Burleson, Texas (HTC71120DR005); Berry Aviation Inc., San Marcos, Texas (HTC71120DR006); Bighorn Airways, Sheridan, Wyoming (HTC71120DR007); Careflight Ltd., Northmead, New South Wales, Australia (HTC71120DR009); CHI Aviation, Howell, Michigan (HTC71120DR010); Columbia Helicopters Inc., Aurora, Oregon (HTC71120DR011); Contour Aviation, Smyrna, Tennessee (HTC71120DR012); CSI Aviation Inc., Albuquerque, New Mexico (HTC71120DR013); East Coast Flight Services Inc., Easton, Maryland (HTC71120DR014); Erickson Helicopters Inc., Portland, Oregon (HTC71120DR015); Flightworks Inc., Kennesaw, Georgia (HTC71120DR016); Hillsboro Aviation, Hillsboro, Oregon (HTC71120DR017); Jet Logistics Inc., Charlotte, North Carolina (HTC71120DR018); Mountain Aviation Inc., Broomfield, Colorado (HTC71120DR019); Omni Air Transport, Tulsa, Oklahoma (HTC71120DR020); Phoenix Air Group Inc., Cartersville, Georgia (HTC71120DR021); and Rampart Aviation, Colorado Springs, Colorado (HTC71120DR022). This contract provides worldwide Federal Aviation Regulation (FAR) Part 135 airlift services utilizing fixed and/or rotary wing aircraft to transport Department of Defense (DoD) and other federal agency personnel and cargo for domestic and international shipments. Services shall be provided for DoD and other federal government agencies. Services required include aircrew, ground personnel, supplies, ancillary support services and equipment to perform dedicated and/or ad hoc FAR Part 135 or equivalent Civil Aviation Authority airlift operations (at both military and commercial airports/airfields/landing zones). Operations could include the movement of passengers and cargo (or combination thereof), air ambulance, medical evacuation, sling-load cargo operations, delivery of Class I-X supplies, and U.S. Mail and/or other like services. Work will be performed internationally and domestically, with an expected completion date of Nov. 11, 2024. Ordering may be centralized or decentralized and will be determined at the task order level. Funding is provided by multiple government agencies. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois. (Awarded Nov. 7, 2019)

NAVY

General Dynamics Mission Systems, Scottsdale, Arizona, is awarded a $731,876,547 cost-plus-award-fee and firm-fixed-price indefinite delivery/ indefinite quantity contract for Mobile User Objective System (MUOS) ground system sustainment. MUOS is a narrowband military satellite communications system that supports a worldwide, multiservice population of users, providing modern netcentric communications capabilities while supporting legacy terminals. Fiscal 2020-2029 weapons procurement (Navy); fiscal 2020-2029 research, development, test and evaluation (Navy); and fiscal 2020-2029 operation and maintenance (Navy) funding will be applied to task orders after the contract award. Contract funds will not expire at the end of the current fiscal year. Work will be performed in Scottsdale, Arizona (94%); Wahiawa, Hawaii (2%); San Diego, California (1%); Niscemi, Italy (1%); Chesapeake, Virginia (1%); and Geraldton, Australia (1%). Work is expected to be completed by November 2029. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1); only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0146).

L3/Harris Technologies, Clifton, New Jersey, is awarded a $51,852,571 cost-plus-fixed-fee order (N0001920F0394) against a previously issued basic ordering agreement (N00019-16-G-0003). This order procures modifications to the AN/ALQ-214A(V)4 Integrated Defensive Electronic Countermeasures System. This order provides non-recurring engineering to develop, integrate, test and deliver software and firmware as well as all technical data. In addition, this order provides engineering and technical support for test efforts including correction of deficiencies discovered during testing in support of a Foreign Military Sales (FMS) customer. Work will be performed in Clifton, New Jersey, and is expected to be completed in November 2022. FMS funds for $9,000,000 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.

BAE Systems Land & Armaments L.P., Sterling Heights, Michigan, is awarded a $27,100,050 modification to exercise an option for a fixed-price-incentive (firm target) contract line item number (CLIN) 4002 portion of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of other production costs, which includes program management, vehicle tooling, acceptance testing, and transportation, related to the low rate initial production Lot 3A Amphibious Combat Vehicles. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15 %); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), and is expected to be completed in January 2022. Fiscal 2020 procurement (Marine Corps) funds for $27,100,050 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract was based on full and open competition with the solicitation publicized on the Federal Business Opportunities website with five offers received. The option CLIN was included within that contract and is being exercised in accordance with Federal Acquisition Regulation 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).

Progeny Systems Corp,* Manassas, Virginia, is awarded a $9,653,476 fixed-price-incentive-firm target contract modification to previously awarded contract N00024-19-C-6201 to exercise options for Navy systems support. This effort will award the procurement of Navy equipment. Work will be performed in Manassas, Virginia (50%); and Charleroi, Pennsylvania (50%), and is expected to be completed by August 2021. Fiscal 2019 other procurement (Navy) funding for $9,653,476 will be obligated at time of award and funding will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UTS Systems LLC,* Fort Walton Beach, Florida, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Location of performance is Florida, with a Nov. 7, 2020, performance completion date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1210).

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $15,751,977 firm-fixed-price contract for 43 separate parts in support of the Direct Support Electrical System Test Set and Next Generation Automated Test System. This contract was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with one one-year option period. Location of performance is Alabama, with a Nov. 30, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Land, Warren, Michigan (SPRDL1-20-C-0005).

The Boeing Co., St. Louis, Missouri, has been awarded an estimated $11,318,767 firm-fixed-priced delivery order (SPRPA1-20-F-QM0P) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for aircraft movable canopies. 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, four-month contract with no option periods. Location of performance is Missouri, with a March 20, 2025 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Knox County Association for Remarkable Citizens,** Vincennes, Indiana, has been awarded a maximum $9,351,147 modification (P00008) exercising the second one-year option of a one-year base contract (SPE1C1-18-D-N024) with two one-year option periods for the GEN III, Layer II, Mid-Weight Undershirt. This is a firm-fixed-price contract. Location of performance is Indiana, with a Nov. 12, 2020, performance completion date. Using services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $8,623,152 firm-fixed-price delivery order (SPRPA1-20-F-LW00) against a five-year basic ordering agreement (SPE4A1-19-G-0013) for F/A-18 fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a Jan. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ARMY

General Dynamic Land Systems Inc., Sterling Heights, Michigan, was awarded a $34,873,995 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure Improved Fire Control Electronics Units. Bids were solicited via the internet with one received. Work will be performed in Tallahassee, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 procurement of weapons and tracked combat vehicles, Army funds in the amount of $2,245,559 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-F-0060).

JSR Inc.,* Schertz, Texas, was awarded a $9,260,232 firm-fixed-price contract for renovation of Buildings 820 and 829. Bids were solicited via the internet with six received. Work will be performed in San Antonio, Texas, with an estimated completion date of May 22, 2021. Fiscal 2020 operations and maintenance funds in the amount of $9,260,232 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0004).

AIR FORCE

Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $32,134,563 modification (P00015) to the previously awarded cost-plus-fixed-fee task order FA8204-16-F-0020 for the Strategic Automated Command and Control System Replacement (SACCS-R). This modification is to definitize a change order and award the added scope for the Time Division Multiplexing to Internet Protocol (TDM-IP). This modification provides for TDM-IP to be implemented and develop a hardware solution to meet the OMNI sunset date using serial-to-IP Adapters to convert messages for transport over the Defense Information System Network. Work will be performed at Hill Air Force Base, Utah; Malmstrom AFB, Montana; Minot AFB, North Dakota; and F.E. Warren AFB, Wyoming, and is expected to be completed by July 31, 2023. The total cumulative face value of the contract is $52,706,639. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,440,888 will be obligated at the time of the award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity.

Lockheed Martin Corp., Ft. Worth, Texas, has been awarded a $15,746,610 cost-plus-fixed-fee contract for Universal Armament Interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Ft. Worth, Texas, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $780,000 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. (FA8628-20-C-2266).

Anduril Industries Inc., Irvine, California, has been awarded a $12,000,000 firm-fixed-price Small Business Innovative Research (SBIR) contract for Advanced Battle Management System Sensing Network. This contract provides for an Advanced Battle Management System prototype to process vast quantities of data from thousands of sources to be accessible anywhere. Work will be performed at Irvine, California, and is expected to be complete by July 31, 2021. This award is the result of a sole source acquisition, sequential SBIR Phase 2 contract. Fiscal 2019 research and development SBIR funding; and fiscal 2019 research and development Rapid Capability Office funding in the amount of $12,000,000 are being obligated at the time of award. The Air Force Research Lab, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-9300).

Quinn Construction, Rapid City, South Dakota (FA469020D0003); All American Contract Solutions, Rapid City, South Dakota (FA469020D0004); and Pedersen and Rangel, Spearfish, South Dakota (FA469020D0005), have each been awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a multiple award construction contract (MACC). This contract is a design-build, bid-build construction acquisition based on a general statement of work further defined with each individual task order. Work to be performed under the MACC will be the general construction category, to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork as well as industrial/office buildings on Ellsworth Air Force Base, South Dakota, including Military Family Housing. (NOTE: Extent of work to be accomplished under this contract concerning military family housing on Ellsworth AFB does not include normal maintenance, repair, painting heating, air conditioning, some mechanical, etc., which is covered under the Military Family Housing Maintenance contract). Work is to be completed as specified in each individual task order and the contract completion date is June 29, 2021. This award is the result of a competitive solicitation to small business HUB Zones, Service Disabled Veteran Owned Small Business, and concerns in the 8(a) program only and 11 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 28th Contracting Squadron, Ellsworth AFB, South Dakota, is the contracting activity.

*Small Business
**Mandatory source

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2012852/source/GovDelivery/

Sur le même sujet

  • The US Navy is going to need a bigger boat, and it’s getting ready to buy one

    18 septembre 2018 | International, Naval

    The US Navy is going to need a bigger boat, and it’s getting ready to buy one

    By: David B. Larter WASHINGTON — The U.S. surface Navy is moving rapidly toward buying a new large surface ship that will replace the aging cruisers, a ship that Navy leaders and experts say will need to be spacious to accommodate future upgrades and weapon systems. The office of the Chief of Naval Operations Director of Surface Warfare, or OPNAV N96, has convened a “large surface combatant requirements evaluation team” to figure out what the Navy's next large ship will look like and what it will need to do. The goal, according to the N96 head Rear Adm. Ron Boxall, will be to buy the first cruiser replacement in 2023 or 2024. The acquisition process should kick off formally next year once a capabilities development document is completed, but a few main factors are driving the size requirement, Boxall said. The fleet is pushing towards designs that can easily be upgraded without a major overhaul. To do that, the Navy thinks its going to need a lot of extra power for more energy-intensive weapons in the future, such as electromagnetic rail guns and laser weapons. “You need something that can host the [size, weight, power and cooling], so it's probably going to be a little bigger," Boxall said. "Flexibility and adaptability, the ability to upgrade quickly, is going to be a key requirement capability. It's got to have room to grow. Full article: https://www.defensenews.com/naval/2018/09/17/the-us-navy-is-going-to-need-a-bigger-boat-and-its-getting-ready-to-buy-one

  • Army office in charge of rapid development takes on Guam air defense

    1 avril 2024 | International, Terrestre

    Army office in charge of rapid development takes on Guam air defense

    The Army's Rapid Capabilities and Critical Technologies Office is taking on the task to create a joint integrated fires architecture to protect Guam.

  • Contract Awards by US Department of Defense - May 05, 2020

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

    Contract Awards by US Department of Defense - May 05, 2020

    NAVY Raytheon Space and Airborne Systems, McKinney, Texas, is awarded $325,000,000 for a firm-fixed-price contract for the repair of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft. Work will be performed in McKinney, Texas (59%); and Jacksonville, Florida (41%). Work is expected to be complete by May 2025. This is a five-year base period with no option periods. Annual working capital (Navy) funds in the amount of $54,507,477 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WC01). Flightline Electronics Inc., Victor, New York, is awarded an $18,588,079 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of 543 TTU-597/E engineering change proposal kits to address parts obsolescence and availability issues on the fuel control test set for Navy and Foreign Military Sales customers. Additionally, this contract provides logistics support documents to include technical manual updates, provisioning data and the interim support items list. Work will be performed in Victor, New York (60%); and Cheltenham, Gloucestershire, United Kingdom (40%), and is expected to be complete by May 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 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0008). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $10,178,059 modification (P00029) to a previously awarded, fixed-price-incentive-firm-target, cost-plus-fixed-fee contract (N00019-17-C-0015). This modification provides for additional repairs in support of the V-22 Common Configuration Readiness and Modernization program. Additionally, this modification provides non-recurring engineering for a drive tube engineering change proposal in support of V-22 (Osprey multirole combat aircraft) production. Work will be performed in Fort Worth, Texas (30%); Ridley Park, Pennsylvania (15%); Amarillo, Texas (13%); Red Oak, Texas (3%); East Aurora, New York (3%); Park City, Utah (2%); McKinney, Texas (1%); Endicott, New York (1%); various locations within the continental U.S. (28%); and various locations outside the continental U.S. (4%). Work is expected to be complete by September 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $4,804,019; fiscal 2019 aircraft procurement (Navy) funds in the amount of $5,119,758; fiscal 2020 operations and maintenance (Navy) funds in the amount of $240,500; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,108 will be obligated at time of award, $5,044,519 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. AIR FORCE StandardAero Inc., San Antonio, Texas, has been awarded a $237,395,588 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the J85 engine repair. The contractor will provide maintenance, repair and overhaul repairs of the J85 engine. Work will be performed in San Antonio, Texas, and is expected to be completed by May 2028. This award is the result of a competitive acquisition in which one bid was received. Fiscal 2020 operations and maintenance funds in the amount of $10,135,844 is being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0005). L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $76,000,028 cost-plus-fixed-fee, undefinitized contract modification (P00008) to contract FA8620-19-F-4872 for procurement of Group B materials, ground systems integration lab and subcontracts. Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2024. This contract involves 100% Foreign Military Sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $37,240,021 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DMS Contracting Inc., Mascoutah, Illinois (FA4407-20-D-0001); C. Rallo Contracting Co. Inc., St. Louis, Missouri (FA4407-20-D-0002); Davinroy Mechanical Contractor Inc., Belleville, Illinois (FA4407-20-D-0003); Hank's Excavating & Landscaping Inc., Belleville, Illinois (FA4407-20-D-0004); J&B Builders Inc., St. Charles, Illinois (FA4407-20-D-0005); Mantle-Plocher JV, Worden, Illinois (FA4407-20-D-0006); Surmeier & Surmeier, Mascoutah, Illinois (FA4407-20-D-0007); and Pugsley Byrne JV LLC, Brighton, Illinois (FA4407-20-D-0008), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $45,000,000 under a multiple award task order contract. The awards are in support of the multiple award paving contract program to support the Scott Air Force Base construction program, including paving and civil categories. Work will be performed on Scott AFB, Illinois, and is expected to be completed May 4, 2021. These awards are the result of a competitive acquisition and nine offers were received. Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award. The 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items. 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 an 18-month bridge contract with no option periods. Locations of performance are Illinois and Alaska, with a Nov. 5, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0011). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $36,688,190 firm-fixed-price delivery order (SPRRA2-20-F-0077) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year, 11-month contract with no option periods. Location of performance is Massachusetts, with a March 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,752,704 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Kansas, with a May 4, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. American Water Enterprises LLC, Camden, New Jersey, has been awarded a $21,810,972 modification (P00251) to a 50‐year contract (SP0600‐03‐C‐8268), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Rucker, Alabama. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are New Jersey and Alabama with an April 15, 2054, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2054 Army operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia. Raytheon Co., Andover, Massachusetts, has been awarded a maximum $8,362,088 firm-fixed-price delivery order (SPRRA2-20-F-0079) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year, nine-month contract with no option periods. Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. ARMY ASM Research LLC, Fairfax, Virginia, was awarded a $40,284,199 firm-fixed-price contract to provide comprehensive credentialing and privileging program support for the Army National Guard or Air National Guard. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2025. The National Guard Bureau Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-20-D-1000). Miller Electric Co. Inc., Reno, Nevada, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2006 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the states of Kansas and Nebraska. 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 31, 2021. The 419th Contract Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. CAE USA Inc., Tampa, Florida, was awarded an $11,157,134 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of May 15, 2027. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,157,134 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0008). Manhattan Construction Co., Tulsa, Oklahoma, was awarded an $8,300,000 modification (PZ0001) to contract W912BV-20-C-0008 for alternate care facilities in Oklahoma. Work will be performed in Tulsa and Oklahoma City, Oklahoma, with an estimated completion date of May 10, 2020. Fiscal 2020 civil construction funds in the amount of $8,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Perspecta Labs Inc., Basking Ridge, New Jersey, was awarded a $29,917,092 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program. The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100x through the development, implementation, integration and validation of novel, clean-slate network subsystems. Work will be performed in Basking Ridge, New Jersey, with an expected completion date of May 2024. Fiscal 2019 research, development, test and evaluation (RDT&E) funding in the amount of $1,110,000; and fiscal 2020 RDT&E funding in the amount of $2,925,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and eight offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0090). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2177362/source/GovDelivery/

Toutes les nouvelles