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

Contract Awards by US Department of Defense - November 13, 2019

NAVY

BAE Systems, Jacksonville Ship Repair, Jacksonville, Fla. (N40027-17-D-1001); Colonna Shipyards Inc., Norfolk, Virginia (N40027-17-D-1002); East Coast Repair & Fabrication LLC, Norfolk, Virginia (N40027-17-D-1003); Metro Machine Corp., Jacksonville, Fla. (N40027-17-D-1004); North Florida Shipyards, Jacksonville, Fla, (N40027-17-D-1005); and Tecnico Corp., Chesapeake, Va. (N40027-17-D-1006), are each awarded a maximum-value $270,601,012, firm-fixed-price modification to their respective previously-awarded contracts to exercise Option Year Three for the accomplishment of fixed-priced delivery orders for emergent and continuous ship maintenance availabilities for ships homeported in Mayport, Fla. These six companies will have the opportunity to provide offers for individual delivery orders. Work will be performed in Mayport, Fla., and is expected to be completed by November 2020. No funding will be obligated at time of award. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

East Coast Repair & Fabrication, Norfolk, Va., is awarded a maximum value $83,087,424 firm-fixed-price modification to previously awarded contract N40027-19-D-1001 to exercise Option Year One for the accomplishment of fixed priced delivery orders for docking and non-docking Chief of Naval Operations scheduled availabilities. Work will be performed in Mayport, Fla., and is expected to be complete by November 2020. No funding will be obligated at time of modification. East Coast Repair & Fabrication will have the opportunity to compete on individual delivery orders. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

BAE Systems, Jacksonville Ship Repair, Jacksonville, Fla. (N00024-17-D-1007); Colonna Shipyards Inc., Norfolk, Va. (N40027-17-D-1008); and Metro Machine Corp, Jacksonville, Fla. (N40027-17-D-1009) are each awarded a maximum value $83,087,424 firm-fixed-price modification to their respective previously awarded contracts to exercise Option Year Two for the accomplishment of fixed priced delivery orders for docking and non-docking Chief of Naval Operations scheduled availabilities. These three companies will have the opportunity to provide offers for individual delivery orders. Work will be performed in Mayport, Fla., and is expected to be completed by November 2020. No funding will be obligated at time of award. The Southeast Regional Maintenance Center, Jacksonville, Fla., is the contracting activity.

Sedna Digital Solutions LLC,* Manassas, Va., is awarded a $9,340,931 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-6264 to exercise and fund options for Navy engineering services and required material. Work will be performed in Manassas, Va., and is expected to be completed by December 2020. Fiscal 2020 research, development, test and evaluation (Navy); and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $1,660,000 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, DC, is the contracting activity.

General Dynamics, Electric Boat Corp., Groton, Conn., is awarded a $7,702,536 cost-plus-fixed-fee, level of effort modification to previously awarded contract N00024-15-C-4305 for the operation, maintenance and protection of the floating dry dock Shippingport (ARDM-4). Work will be performed in Groton, Conn., and is expected to be complete by November 2020. Fiscal 2020 operation and maintenance (Navy) funding in the amount of $1,900,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, DC, is the contracting activity.

AIR FORCE

ManTech International Inc., Fairfax, Va., has been awarded a $32,266,994 modification (P00017) exercising Option Year One to the previously awarded contract FA8819-18-C-1001 for security support. This modification provides for the exercise of an option for the sensitive compartmented information (SCI)- and Special Access Program (SAP)-level security services to the Space and Missile Systems Center and Air Force Space Operational Units. Work will be performed at Los Angeles Air Force Base, Calif.; Vandenberg AFB, Calif.; Peterson AFB, Colo.; Schriever AFB, Colo.; Buckley AFB, Colo.; and Kirtland AFB, N.M., and is expected to be complete by Nov. 16, 2020. This award is the result of a competitive acquisition and three offers were received. The total cumulative face value of the contract is $374,000,000. Fiscal 2019 and 2020 research and development funds in the amount of $3,000,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Special Programs Directorate, Los Angeles AFB, Calif., is the contracting activity.

ARMY

L3 Fuzing and Ordnance Systems, Cincinnati, Ohio, was awarded a $15,899,762 modification (P00003) to contract W15QKN-19-C-0040 to procure a total of 53,237 Melody II application-specific integrated circuit chips. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $15,899,762 were obligated at the time of the award. U.S. Army Contracting Command, N.J., is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2015992/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - November 18, 2019

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

    Contract Awards by US Department of Defense - November 18, 2019

    NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $104,775,349 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide engineering and technical services to support production, lifetime support engineering and in-service engineering for the radio communication system/command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems aboard Navy surface combatants and at associated shore sites. The shipboard efforts are focused primarily on Coast Guard 47 Class and Destroyer, Guided Missile 51 Class AEGIS ships but will be applied to all Navy ships, to include Coast Guard ships, subsurface vessels and non-combatants in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center Webster Outlying Field. Work will be performed in San Diego, California (30%); Patuxent River, Maryland (30%); Norfolk, Virginia (25%); Mayport, Florida (7%); St. Inigoes, Maryland (5%); and various locations within the continental U.S. (3%), and is expected to be completed in April 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0004). CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, and Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded a $92,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. Work will be performed worldwide. After award of this modification, the total cumulative contract value will be $1,058,000,000. The term of the contract is not to exceed 71 months with a completion date of May 2019. No funds will be obligated at time of award. Funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. CACI Inc. - Federal, Chantilly, Virginia, is awarded a $41,514,235 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the Automated Data Capture System (ADCS) application and support services to U.S. Navy Fleet Readiness Centers at organization and depot level activities. The ADCS application captures data and information associated with integrated maintenance concept inspection results for all Navy and Marine Corps aircraft as well as inspection and configuration management of applicable aircraft engines. Work will be performed in Chantilly, Virginia (85%); Jacksonville, Florida (10%); North Island, California (3%); and Cherry Point, North Carolina (2%), and is expected to be completed in November 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, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0005). Vigor Marine LLC, Portland, Oregon (N3220520C2048), is awarded a $19,963,709 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Matthew Perry (T-AKE 9). The contract includes options, which, if exercised, would bring the total contract value to $20,217,869. Work will be performed in Portland, Oregon, and is expected to be completed by March 16, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $19,963,709 are obligated at the time of the award and none of which will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C2048). Turner Construction Co., New York, New York, is awarded a $17,500,000 modification for the negotiated changes to the firm-fixed-price construction contract for the Academic Center for Cyber Security Studies at the U.S. Naval Academy. After award of this modification, the total cumulative contract value will be $133,042,235. The work to be performed provides for all management, supervision, labor hours, training, equipment, materials, bonding, and insurance necessary for construction and commissioning of the Academic Center for Cyber Security Studies in accordance with Department of Defense unified facilities criteria. Work will be performed in Annapolis, Maryland, with a contract completion date of May 22, 2020. Fiscal 2017 military construction (Navy) in the amount of $17,500,000 will be obligated via award of modification number A00035. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156). Hamilton Sundstrand Corp., Rockford, Illinois, is awarded a $10,075,122 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-19-C-0006). This modification exercises an option to procure non-recurring engineering and equipment for system integration lab activities in support of the V-22 aircraft Constant Frequency Generator Control Unit design improvement effort for the Navy, Air Force and the government of Japan. Work will be performed in Rockford, Illinois (96%); Patuxent River, Maryland (2%); and various locations within the continental U.S. (2%), and is expected to be completed in October 2021. Fiscal 2020 research, development, test and evaluation (Navy and Air Force); and Foreign Military Sales funds in the amount of $10,075,122 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($7,073,336; 70%); Air Force ($1,742,396; 17%); and the government of Japan ($1,259,390; 13%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Canadian Commercial Corp., Ontario, Canada, is awarded a $9,895,077 firm-fixed-price delivery order (N0017420F0039) under previously-awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0002 for the Mk 200 Mod 0 propelling charge. This delivery order combines purchases for the Navy (62%); and the government of Australia (38%) under the Foreign Military Sales program. Work will be performed by General Dynamics Ordnance and Tactical Systems in Quebec, Canada, and is expected to be completed by November 2021. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funding in the amount of $3,986,575; Foreign Military Sales (Australia) funding in the amount of $3,771,900; and fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $2,136,602 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. ARMY Dyncorp International LLC, Fort Worth, Texas, was awarded a $21,564,568 modification (P00259) to Foreign Military Sales (Sweden) contract W58RGZ-13-C-0040 for the aviation field maintenance services and operations. Bids were solicited via the internet with three received. Work will be performed in Afghanistan, Germany, Sweden, Honduras, Egypt, Iraq and South Korea, with an estimated completion date of Dec. 31, 2019. Fiscal 2010, 2019 and 2020 Foreign Military Sales, aircraft procurement and operations and maintenance, Army funds in the combined amount of $21,564,568 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Janssen Pharmaceuticals, Titusville, New Jersey, has been awarded a maximum $12,013,872 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Dec. 14, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0001). AIR FORCE iCAMR Inc., Kissimmee, Florida, has been awarded a $7,585,850 cost-type contract with no fee for research and development. The Trusted Semiconductor Manufacturing Pilot Project involves developing a Secure Digital Twin for Semiconductors manufacturing methodology by applying block-chain trust and assurance security concepts and "digital twin" manufacturing concepts to the semiconductor manufacturing process. While the focus of this project is on security aspects, the "digital twin" concept provides the framework on which the security and provenance data will be collected and analyzed. Work will be performed at Kissimmee, Florida, and is expected to be complete by Sept. 22, 2022. This award is the result of a broad agency announcement and one offer was received. Fiscal 2019 research and development funds in the amount of $7,585,850 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1911). https://www.defense.gov/Newsroom/Contracts/Contract/Article/2019820/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 14, 2020

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

    Contract Awards by US Department of Defense - May 14, 2020

    NAVY Lockheed Martin Corp., Owego, New York, is awarded a $904,800,000 modification (P00011) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract N00019-19-C-0013. This modification provides for the production and delivery of three MH-60R Seahawk maritime aircraft for the Navy and 21 MH-60Rs for the government of India. Work will be performed at Owego, New York (52%); Stratford, Connecticut (40%); and Troy, Alabama (8%), and is expected to be complete by September 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $113,100,000 and Foreign Military Sales funds in the amount of $791,700,000 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. Hunter Pacific Group,* San Diego, California, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for cost engineering, value engineering and scheduling services in the Naval Facilities Engineering Command (NAVFAC), Southwest Area of Responsibility (AOR). Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to: California (87%); Arizona (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%). Work provides for cost estimates and other cost engineering services in support of analyses, reports, designs and change orders. Cost engineering services may include construction cost reduction evaluations and recommendations, bid analyses and verifications, validations of DD Form 1391 scope/cost estimate, peer review of cost estimates, review and technical analysis of contractor change order cost proposals and assistance with claims, litigations and negotiations with boards/committees. Value engineering services shall include facilitating and forming multi-discipline technical teams to conduct value engineering and/or function analysis concept development (FACD) workshops for a variety of projects. Services in support of value engineering and FACD workshops may include site investigations, preparation and/or review of engineering studies/reports, cost estimates, facility and infrastructure assessments, risk assessments, life cycle cost engineering and/or total ownership cost analyses, and schematic layouts/sketches. Scheduling shall be in support of analyses and change orders and may include preparation of schedules and construction cost loaded schedules, review/analysis of base line contractor schedules and schedule updates, review/analysis of contractor change orders, time impact analysis and assistance with claims, litigations and negotiations with boards/committees. Work is expected to be complete by April 2025. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M (Navy) and O&M (Marine Corps). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0614). PSI Pax Inc.,* California, Maryland, is awarded a $29,286,410 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. Work will be performed in Patuxent River, Maryland, and provides administrative, business and financial services such as data entry accounting processes, interface error research and analysis, process management, deficiency identification, testing of system changes, professional and analytical support, liaison support, funds management, financial tracking, internal and external data calls, document and records management, specialized analytical support in meeting financial systems requirements, assessing financial systems relative to data integrity, corporate and user reporting requirements as well as centralized support of travel related processes to include help desk support for the entire Naval Air Systems Command. Work is expected to be complete by June 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside via an electronic request for proposal; five offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0073). Mustang Technology Group LP, doing business as L3 Mustang Technology, Plano, Texas, is awarded a $19,082,000 fixed-price-incentive-firm-target modification to previously awarded contract N00024-19-C-5313 for 658 rounds of 57mm MK 332 High Explosive-4 Bolt Guided (HE-4G) Cartridge ammunition. Work will be performed in Plano, Texas (78%), and Cincinnati, Ohio (22%), and is expected to be complete by September 2021. Fiscal 2020 and 2019 procurement of ammunition, (Navy and Marine Corp) funding in the amount of $19,082,000 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, D.C., is the contracting activity. L3 Harris Technologies Inc., Anaheim, California, is awarded a $12,732,754 cost-plus-fixed-fee contract modification (P00030) to exercise options under previously awarded and announced contract N00030-18-C-0001. Work will be performed in Anaheim, California (71%); Cape Canaveral, Florida (23%); Washington, D.C. (3%); Bremerton, Washington (1%); Norfolk, Virginia (1%), and Kings Bay, Georgia (1%). Work will provide services and support for Flight Test Instrumentation and is expected to be complete by August 2022. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,968,016; fiscal 2020 weapons procurement (Navy) funds in the amount of $9,332,143; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $200,000 are obligated on this award. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,968,016 will expire at the end of the current fiscal year. This contract modification is awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. The Strategic Systems Programs, Washington, D.C., is the contracting activity. IDSC Holdings LLC, Snap-on Industrial, Kenosha, Wisconsin, is awarded an $11,088,933 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures up to 2,064 toolboxes containing 1.423 different types of commercial tools in support of initial outfitting associated with F-35 low rate initial production and maintenance. Work will be performed in Kenosha, Wisconsin, and is expected to be complete by September 2021. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and four offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0025). Northrop Grumman Systems Corp., San Diego, California, is awarded a $9,162,847 modification (P00002) to cost-plus-fixed-fee order N00019-19-F-0280 against previously issued basic ordering agreement N00019-15-G-0026. This modification provides systems engineering and program management support for the development, integration, test and delivery of two radar altimeters and two integrated avionics units in support of the BQM-34S Firebee High Performance Aerial Target System, BQM-74E target drones and the Aerial Targets Program Office. Work will be performed in Endicott, New York (62%); San Diego, California (37%); and Clearwater, Florida (1%). Work is expected to be complete by January 2022. Fiscal 2018 weapons procurement (Navy) funds in the amount of $4,472,396 and fiscal 2019 weapons procurement (Navy) funds in the amount of $4,690,451 will be obligated at time of award, $4,472,396 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Independent RT Center LLC, Cibolo, Texas, is awarded $8,029,638 for firm-fixed-price delivery order M67854-20-F-5018 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract M67854-20-D-5000 with a maximum ceiling of $62,500,000, for the Rough Terrain Container Handlers Service Life Extension Program. Work will be performed in Cibolo, Texas, and is expected to be complete by January 2030. Fiscal 2019 Congressional funds in the amount of $3,066,228 and fiscal 2020 procurement (Marine Corps) funds in the amount of $4,963,410 are being obligated and will expire Sept. 30, 2021. This contract was competitively procured via the Federal Business Opportunities website and two offers were received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-20-D-5000). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $7,400,000 not-to-exceed, fixed-price incentive, undefinitized change order modification to contract N00024-15-C-2114 for the installation of Consolidated Afloat Networks and Enterprise Services AN/USQ-208B (V) 5 Local Area Network drops. Work will be performed in Newport News, Virginia, and is expected to be complete by May 2022. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $3,700,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. ARMY Perspecta Enterprise Solutions LLC, Herndon, Virginia, was awarded an Other Transaction Authority agreement with a ceiling of $237,243,000 to develop, integrate, deliver, operate and maintain an enterprise capability for Army training and education information. Bids were solicited via the internet with three received. Work will be performed in Herndon, Virginia, with an estimated completion date of May 17, 2024. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $14,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-9-1118). Charles River Laboratories, Wilmington, Massachusetts (W81XWH-20-A-0003); Envigo RMS LLC, Indianapolis, Indiana (W81XWH-20-A-0004); and The Jackson Laboratory, Bar Harbor, Maine (W81XWH-20-A-0005), will compete for each order of the $25,000,000 firm-fixed-price contract to supply small laboratory research animals and related services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 8, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. Quantitech Inc., Huntsville, Alabama, was awarded a $17,686,572 modification (000237) to contract W31P4Q-16-A-0010 for programmatic support for the Utility Helicopters Project Manager's Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 14, 2021. Fiscal 2020 Foreign Military Sales (Australia); other procurement (Army); and research, development, test and evaluation (Army) funds in the amount of $17,686,572 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mantle-Plocher JV,* Worden, Illinois, was awarded a $14,793,000 firm-fixed-price contract for placement and leasing of modular facilities to support approximately 450 personnel at Scott Air Force Base. Bids were solicited via the internet with four received. Work will be performed at Scott Air Force Base, Illinois, with an estimated completion date of May 13, 2025. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $14,793,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0021). Dawson Enterprises LLC,* Honolulu, Hawaii, was awarded a $10,431,915 firm-fixed-price contract for construction of utility infrastructure to support the installation of a modular paint booth and personnel building. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Nov. 5, 2021. Fiscal 2019 civil operations and maintenance funds in the amount of $10,431,915 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-20-C-0017). AIR FORCE Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $31,399,226 cost-plus-fixed-fee contract modification (P00012) to contract FA8806-19-C-0003 for support and delivery network, infrastructure, hardware and architecture solutions under the Cross Mission Ground Communications Enterprise Corps (ECX). This contract award provides for cross-domain solutions, design, integration and rapid delivery team services. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by May 17, 2021. This award is the result of a sole-source acquisition under the Small Business Innovation Research Program. The total cumulative face value of the contract is $55,387,870. Fiscal 2020 research, development, test and evaluation funds in the amount of $8,507,999 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. The Corporation of Mercer University, Warner Robins, Georgia, has been awarded a $9,039,309 task order (FA8523-20-F-0029) on basic contract FA8523-20-D-0001 to provide Laboratory Intelligence Validated Emulators-Virtual-Constructive (LVC) closed-loop engineering test and evaluation of newly developed electronic warfare (EW) systems. This order provides integration of gold-standard Intelligence Community threat definitions into the Electronic Warfare and Avionics Integrated Support Facility, where LVC closed loop operational test – vertical testability demonstration simulations and testing will be conducted to inform the baseline capability and to identify growth areas for improving operational survivability, reliability and mission success of fielded EW systems in support of airborne U.S. warfighting elements. Work will be performed in Warner Robins, Georgia, and is expected to be completed by May 13, 2022. Fiscal 2020 operations and maintenance funds in the amount of $4,140,106 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2187605/source/GovDelivery/

  • Military cyber software developers fix weaknesses, create mission tools faster

    7 septembre 2021 | International, Sécurité

    Military cyber software developers fix weaknesses, create mission tools faster

    The services say in-house coders allow them to be more flexible during missions, rather than relying solely on contractor support to build cyber tools.

Toutes les nouvelles