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

Contract Awards by US Department of Defense - November 15, 2019

AIR FORCE

Lockheed Martin Corp., Littleton, Colorado, has been awarded a ceiling amount of $3,329,600,000 single award, indefinite-delivery/indefinite-quantity contract for combined orbital operations, logistics and resiliency support services. This contract provides for operations, sustainment and enhancement activities to support the Advanced Extremely High Frequency, Milstar and Defense Satellite Communications System III programs. Work will be performed at Peterson Air Force Base, Colorado; Schriever Air Force Base, Colorado; and Sunnyvale, California, and is expected to be completed by Nov. 30, 2029. This award is the result of a sole source acquisition. No funds will be obligated on the basic contract and the type of funding will be obligated on subsequent task and delivery orders. The Space and Missile System Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823-20-D-0001).

Raytheon Co., Largo, Florida, has been awarded an $86,756,767 cost-plus-fixed-fee contract for the Presidential and National Voice Conferencing (PNVC) Integrator contract. The PNVC capability is a new requirement for use by the president of the United States (POTUS), secretary of defense, chairman of the Joint Chiefs of Staff, combatant commanders and other senior leaders. The POTUS and national leadership require worldwide, secure, survivable voice conferencing capability that supersedes and improves upon the existing Milstar Survivable Emergency Conferencing Network system. The PNVC capability will incorporate improved voice quality, reduced latency, high availability, increased number of subscribers and a new conference management capability for the user community. Work will be performed at Marlborough, Massachusetts, and is expected to be completed by September 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,000,000 are being obligated at the time of the award. The Family of Advanced Beyond Line-of-Sight Terminals Contracting office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8735-20-C-0001).

Bismark Construction Corp., Newark, New Jersey, has been awarded a $17,108,605 modification (P00009) to previously awarded contract FA4484-16-D-0003 for maintenance and repair services requirement contract. This modification provides for the exercise of Option Four for the period of performance Nov. 16, 2019, through Nov. 15, 2020. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be complete by Nov. 15, 2020. The total cumulative face value of the contract is $85,540,325.00. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

AT2 LLC, Severn, Maryland, has been awarded a $14,495,776 modification (P00010) to previously awarded contract FA4890-18-C-0008 for Air Combat Command and Air Force Global Strike Command Primary Training Ranges operations and maintenance support services. This contract provides for operating materials and supplies of range threat, scoring and feedback systems. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho; and Guam Range, Guam. Work is expected to be completed by Dec. 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $13,871,092 are being obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity.

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $913,536,186 cost-plus-fixed-fee modification to previously-awarded contract N00024-19-C-2114 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (69%); and Schenectady, New York (31%). Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $584,866,256 will be obligated at time of award and funding will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $483,735,911 cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-2106 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (66%); and Schenectady, New York (34%). Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $483,735,911 will be obligated at time of award and funding will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Integrated Defense Systems, San Diego, California, is awarded a $61,531,220 indefinite-quantity/indefinite-delivery contract for Global Positioning System-Based Positioning, Navigation and Timing Service (GPNTS) software support. GPNTS is used to receive, process and distribute three-dimensional position, velocity, acceleration, attitude, time and frequency in the formats required by shipboard user systems. The software support will include development, integration and test of improvements, correction of deficiencies, preparation and delivery of engineering interim/final software builds and inputs for the GPNTS software requirements and configuration baseline. The contract includes a base ordering period of five years, with a subsequent three-year option and a final two-year option for a total of 10 years should all options be exercised. The option periods, if exercised, would bring the cumulative value of this contract to $100,345,487. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,407,044 will be placed on contract and obligated at the time of award. Contract funds will expire at the end of the current fiscal year. Work will be performed in San Diego, California, and is expected to be completed by November 2024. If all options are exercised, work could continue until November 2029. This contract was competitively procured with two offers received via the Commerce Business Daily's Federal Business Opportunities website and the NAVWAR e-Commerce Central website. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-D-0021).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $31,801,007 cost-plus-fixed-fee modification to previously-awarded contract N00024-19-C-2115 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $31,801,007 will be obligated at time of award and will not expire at the end of the current fiscal year. No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $24,103,730 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2101 to exercise an option for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Groton, Connecticut, and is expected to be complete by October 2020. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $175,000 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, District of Columbia, is the contracting activity.

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $9,855,080 firm-fixed-price and cost-plus-fixed-fee contract for services and hardware systems in support of the Undersea Warfare Decision Support Systems (USW-DSS) Command and Control program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $50,711,886. Work will be performed in Manassas, Virginia (79%); Norfolk, Virginia (11%); Keyport, Washington (8%); Charleroi, Pennsylvania (1%); and San Diego, California(1%), and is expected to be completed by November 2020. If all options are exercised, work will continue through November 2024. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation funding in the amount of $3,752,402 will be obligated at time of award and funding in the amount of $807,804 will expire at the end of the current fiscal year. This contract was not competitively procured. In accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r)(4), this Small Business Innovative Research (SBIR) Phase III contract is being awarded to Progeny Systems Corp., the same firm that received the SBIR award. USW-DSS provides a common set of integrated cross-platform and command decision support tools to enable integrated USW operations. The contract award is a follow-on to contract N00024-14-C-5209 for production and modernization of USW-DSS systems developed under the prior SBIR Phase III Contract. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5213).

Pacific Federal Management Inc.,* Tumon, Guam, is awarded a $9,093,633 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Base Guam and Naval Support Activity Andersen. The maximum dollar value including the base period and four option years is $48,494,711. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work in ground maintenance and tree trimming services for United States military facilities on Guam at various locations on Guam and Northern Marianas Islands. Work will be performed in the Naval Facilities Engineering Command (NAVFAC) Marianas area of operations, including but not limited to, Naval Base Guam (70%); and Naval Support Activity Andersen, Guam (30%), and is expected to be completed by November 2024. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (O&M), (Navy); and fiscal 2020 O&M, (family housing) contract funds in the amount of $6,707,564 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. NAVFAC Marianas, Guam, is the contracting activity (N40192-20-D-9000).

ARMY

Walsh Federal JV, Chicago, Illinois, was awarded a $77,308,000 firm-fixed-price contract to procure services for the design and construction of an 87,620 square foot Joint Regional Confinement Facility. Bids were solicited via the internet with seven received. Work will be performed in Tacoma, Washington, with an estimated completion date of Aug. 1, 2022. Fiscal 2017 and 2018 military construction, Army funds in the amount of $77,308,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0002).

Great Lakes Dredge & Dock Co., Oak Brook, Illinois, was awarded a $13,700,000 modification (P00018) to contract W912BU-15-C-0054 for dredging plants to remove the variety of material encountered in dredging. Work will be performed in Chester, Pennsylvania, with an estimated completion date of March 15, 2020. Fiscal 2020 operation and maintenance, Army funds in the amount of $13,700,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a maximum $67,076,432 requirements contract for supplies related to the upgrade of the T-56 engine from series 3.0 to series 3.5. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one five-year option period. Location of performance is Indiana, with Sept. 30, 2024, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2024 defense appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-20-D-9405).

Avon Engineered Fabrications, Picayune, Mississippi (SPE7MX-20-D-0015); and SMR Technologies Inc., Fenwick, West Virginia (SPE7MX-20-D-0016), are sharing a maximum $40,328,925 firm-fixed-price with economic-price-adjustment contract for landing craft air cushion skirting systems. This was a competitive acquisition with two responses received. These are three-year base contracts with two one-year option periods. Locations of performance are Mississippi and West Virginia, with a Nov. 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0015).

Peckham Vocational Industries,** Peckham, Michigan, has been awarded a maximum $8,673,0560 modification (P00008) exercising the second, one-year option of a one-year base contract (SPE1C1-18-D-N029) with two, one-year option periods for the GEN III, Layer II, Mid-Weight Drawer. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2020, performance completion date. Using military 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.

*Small Business
**Mandatory source

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2018396/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - December 17, 2018

    18 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 17, 2018

    AIR FORCE Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $3,600,000,000 indefinite-delivery/indefinite-quantity contract for Large Aircraft Infrared Counter Measures (LAIRCM) equipment and support. This contract provides for LAIRCM line replaceable units, support equipment, logistics support related activities, systems and sustaining engineering, program management, and other efforts necessary supporting efforts specified in each task/delivery order. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by December 2025. No funds are being obligated at the time of award. This contract involves numerous foreign military sales requirements and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8638-19-D-0001). L-3 Technologies, Greenville, Texas, has been awarded an $8,600,988 firm-fixed-price contract modification to previously awarded contract FA8620-16-G-3027/FA8620-18-F-4816 for management support services. The contract modification provides for the exercise of an option for additional services being produced under the basic contract. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2019. This contract involves 100 percent Foreign Military Sales and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $8,600,988 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. CORRECTION: The contract announced on Dec. 14, 2018, to Peraton Inc., Herndon, Virginia (FA8750-19-F-0003) for Xdomain technology through research, evolution, enhancement, maintenance, and support software and report, was actually awarded today, Dec. 17, 2018. All other information in the announcement is correct. ARMY BAE Systems Land & Armaments LP, Sterling Heights, Michigan, was awarded a $375,932,453 hybrid (firm-fixed-price and fixed-price-incentive) contract for Mobile Protected Firepower middle tier acquisition and rapid prototyping effort with low-rate initial production options. Bids were solicited via the internet with three received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Oct. 15, 2025. Fiscal 2019 research, development, test and evaluation funds in the amount of $175,974,048 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0035). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $335,043,086 hybrid (firm-fixed-price and fixed-price-incentive) contract for Mobile Protected Firepower middle tier acquisition and rapid prototyping effort with low-rate initial production options. Bids were solicited via the internet with three received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Oct. 15, 2025. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $175,011,179 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0036). Lockheed Martin Corp., Orlando, Florida, was awarded a $91,250,000 modification (P00069) to contract W31P4Q-15-C-0102 for procurement of Joint-Air-to-Ground missiles under the initial phases of the Low-rate Initial Production 3. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 28, 2022. Fiscal 2017, and 2018 other procurement Army funds in the amount of $91,250,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Foster-Miller Inc., doing business as QinetiQ North America, Waltham, Massachusetts, was awarded a $90,000,000 firm-fixed-price contract for the reset, sustainment, maintenance and recap to support the overall sustainment actions of the Tactical Adaptable Light Ordnance Neutralization family of robotic systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 16, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0024). Gilbane Building Co., Providence, Rhode Island, was awarded a $12,651,574 firm-fixed-price contract for modifications to an operational training facility, Marine Corps Air Station, Iwakuni, Japan. Bids were solicited via the internet with one received. Work will be performed in Iwakuni City, Japan, with an estimated completion date of Dec. 3, 2019. Fiscal 2016 and 2017 military construction funds in the amount of $12,651,574 were obligated at the time of the award. U.S. Army Corps of Engineers, Camp Zama, Japan, is the contracting activity (W912HV-19-C-0002). NAVY Lockheed Martin Corp., Owego, New York, is awarded a $92,500,000 cost-plus-fixed-fee contract for technical, management, and process support to maintain, upgrade, and deploy software and systems configurations for all H-60 variants in support of the Navy and the governments of Denmark, Australia, and Saudi Arabia. Work will be performed in Owego, New York, and is expected to be completed in September 2023. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $9,392,660 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. This contract combines purchases for the Navy ($70,010,000; 75.68 percent); and the governments of Australia ($15,430,000; 16.68 percent); Denmark ($3,530,000; 3.82 percent); and Saudi Arabia ($3,530,000; 3.82 percent), under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0005). Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $39,395,512 cost-plus-fixed-fee modification to previously awarded contract N0024-16-C-2415 to exercise Option Year 3 for life cycle engineering and support services for the LPD 17 class amphibious transport dock ship program. The services include post-delivery planning and engineering; homeport technical support; class integrated product data environment; data maintenance and equipment management; systems integration and engineering support; LPD 17 class design services; research engineering; obsolescence management; class material readiness; emergent repair provision; training and logistics support; ship alteration development and installation; material management; operating cycle integration; availability planning; and configuration data management. Work will be performed in Pascagoula, Mississippi (96 percent); Norfolk, Virginia (1 percent); San Diego, California (1 percent); Mayport, Florida (1 percent); and Sasebo, Japan (1 percent), and is expected to be complete by December 2019. Fiscal 2012, 2016, 2017, 2019 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $19,057,104 will be obligated at time of award and contract funds in the amount of $18,017,669 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $28,573,043 cost-plus-fixed-fee modification to previously-awarded contract N00024-17-C-2473 to exercise options for the accomplishment of the industrial post-delivery availability and planning, engineering and management efforts for the post-delivery planning yard services in support of the LHA 7 amphibious assault ship. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by December 2019. Fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $21,200,000; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $2,355,011 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. Lockheed Martin Space, Sunnyvale, California is awarded $21,987,176 for cost-plus-fixed-fee modification P00017 under a previously awarded contract (N00030-17-C-0100) to exercise options for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (61.25 percent); Denver, Colorado (36.04 percent); and Titusville, Florida (2.71 percent), and is expected to be completed Dec. 30, 2019. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $21,987,176 are obligated on this award, none of which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. B.E. Meyers and Co. Inc.,* Redmond, Washington, is awarded a $10,348,345 delivery order (M67854-19-F-1529 0002) from a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-14-D-1040) for the purchase of 917 Ocular Interruption Systems. Work will be performed at Redmond, Washington, and is expected to be completed by Aug. 31, 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $10,348,345 will be obligated at the time of award and no funds will expire the end of the current fiscal year. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Harris Corp., Clifton, New Jersey, is awarded $9,835,000 for firm-fixed-price delivery order modification 000105 against a previously issued basic ordering agreement (N00016-16-G-0003) for production and qualification of ten Digital Receiver/Technique Generator Gen2 shipsets for the ALQ-214A(V)4/5 on-board jammer system in support of Foreign Military Sales (FMS) requirements. Two system spread benches are also being procured and delivered under this modification. Work will be performed in Clifton, New Jersey, and is expected to be completed in April 2020. FMS funds in the amount $9,835,000 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. Raytheon Missile Systems, Tucson, Arizona, is awarded $8,988,458 for modification P00007 to a previously awarded cost-plus-fixed-fee contract (N0001917C0059) for engineering and technical support for the flight test demonstration of an extended range capability in support of the Joint Stand Off Weapon extended range Phase 3b development effort. Work will be performed in Tucson, Arizona, and is expected to be completed in January 2021. Fiscal 2019 research, development, test and evaluation (Strategic Capabilities Office) funds in the amount of $661,621 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $8,704,807 for delivery order N0001919F0273 against a previously issued firm-fixed-price, cost-plus-fixed-fee, cost basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft. This order provides for non-recurring engineering for the installation of the Digital Red Switch System (DRSS) kits into the Mission Avionics Systems Trainer (MAST), as well as the procurement of six DRSS kits for the aircraft and one for MAST. Work will be performed in Richardson, Texas, and is expected to be completed in September 2022. Fiscal 2018, and 2019 aircraft procurement (Navy) funds in the amount of $8,704,807will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Corp., Aerospace Systems, Melbourne, Florida, is awarded $7,993,664 for modification P00004 to cost-plus-fixed-price delivery order 0027 previously issued against a basic ordering agreement (N0001915G0026). This modification provides for the procurement of additional organic depot and intermediate level repair publications in support of the E-2D Advanced Hawkeye aircraft, including the structural repair manual and organic depot and intermediate level repair publications. Work will be performed in Melbourne, Florida (79.6 percent); St. Augustine, Florida (11.6 percent); Menlo Park, California (7.3 percent); and Bethpage, New York (1.5 percent), and is expected to be completed in September 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $7,993,664 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. TKH-ASI LLC,* Kahului, Hawaii, is awarded $7,744,000 for firm-fixed-price task order N6247819F4034 under a previously awarded, multiple award construction contract (N62478-16-D-4016) to repair unaccompanied housing Building 2, Joint Base Pearl Harbor-Hickam, Wahiawa Annex, Hawaii. The work to be performed provides for repair of Station B1 (located in Facility S1104) and interconnecting Station B1 with Station B29. Project work will include replacing old and deteriorated components in Station B1, adding a primary circuit and circuit breaker to Station B29, and installing underground feeder cables to interconnect and consolidate Stations B1 and B29. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $7,744,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY Honeywell International Inc., Phoenix, Arizona, has been awarded an $11,499,928 firm-fixed-price delivery order (SPRPA1-19-F-KQ1B) against a five-year basic ordering agreement (SPE4A1-17-G-0017) with no option periods for 11 auxiliary power units for the P-8 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is an 11-month contract with no option periods. Location of performance is Arizona, with a Nov. 11, 2019, performance completion date. Using customers are Navy and the United Kingdom. Type of appropriation is fiscal 2019, Navy working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1716020/source/GovDelivery/

  • Australia to more than double naval surface fleet, grow defense budget

    28 février 2024 | International, Aérospatial

    Australia to more than double naval surface fleet, grow defense budget

    The Royal Australian Navy will have its largest fleet since the end of World War II if it implements recommendations from a new independent review.

  • £150m military bridge contract to transform UK Army bridges and safeguard jobs
Toutes les nouvelles