20 novembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - November 19, 2018

ARMY

Arora Group Inc.,* Gaithersburg, Maryland, was awarded an $85,457,545 firm-fixed-price contract to provide personal and non-personal services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-19-D-0002).

Birdon America Inc.,* Denver, Colorado, was awarded a $44,452,448 modification (P00062) to contract W56HZV-14-C-0015 for bridge erection boats and crew protection kits. Work will be performed in Denver, Colorado, with an estimated completion date of March 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $44,452,448 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, was awarded a $20,000,000 modification (0002 36) to contract W52P1J-12-G-0028 for logistic support services, maintenance, supply and transportation. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $20,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CSRA LLC, Huntsville, Alabama, was awarded an $8,790,283 modification (000033) to Foreign Military Sales (Uganda, Iraq, Croatia, Greece, Tunisia, Indonesia, Kenya, Saudi Arabia and Afghanistan) contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2019. Fiscal 2018 other procurement, Army; and foreign military sales funds in the amount of $8,790,283 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., Herndon, Virginia (N00189-19-D-Z006); Capstone Corp., Alexandria, Virginia (N00189-19-D-Z007); Science Applications Information Corp., Reston, Virginia (N00189-19-D-Z008); General Dynamic Information Technology, Fairfax, Virginia (N00189-19-D-Z009); Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z010); and CALIBRE Systems Inc., Alexandria, Virginia (N00189-19-D-Z011), are awarded an estimated $577,471,075 in multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide Joint Force development and training support services to enhance and improve the joint fighter's ability to adapt and overcome an ever-evolving threat environment in support of the Joint Chiefs of Staff. The contracts will run concurrently and include a 60-month base ordering period with an option for an additional six-month ordering period. If the option period is exercised, the total estimated value of the contracts combined will be $636,917,163. Work will be performed at government facilities in Suffolk, Virginia (90 percent); and at various contractor locations throughout the U.S. (10 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. The base ordering period of the contract is anticipated to begin May 2019 and is expected to be completed by April 2024; if all options are exercised, the ordering period will be completed by October 2024. Fiscal 2019 operations and maintenance (Defense Acquisition) funds in the amount of $60,000 will be obligated ($10,000 on each of the six contracts to fund the contracts' minimum amounts); and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $41,509,096 firm-fixed-price delivery order (N00019-18-F-2494) against a previously issued basic ordering agreement (N00019-14-G-0020). This modification procures Xilinx and Intel-Altera Diminishing Manufacturing Sources parts that have reached end-of-life in order to support future aircraft deliveries for the Air Force, Marine Corps, and Navy as well as Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2017 aircraft procurement (Air Force); 2018 aircraft procurement (Air Force, Marine Corps and Navy); 2019 operations and maintenance (Air Force, Marine Corps, and Navy); and FMS funding in the amount of $41,509,096 will be obligated at time of award, $32,836,293 of which will expire at the end of the current fiscal year. This delivery order combines purchases for the Air Force ($22,936,546; 55 percent); Marine Corps ($13,505,208; 33 percent); Navy ($4,766,733; 11 percent); and FMS ($300,609; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CRP Contracting,* Columbus, Ohio, is awarded a $31,116,904 firm-fixed-price contract for airfield lighting repairs at Naval Air Station Kingsville. The work to be performed provides for repairs to the airfield electrical infrastructure. The work also includes removal and installation of a new standing seam roof and removal and replacement of windows and incidental related work. Work will be performed in Kingsville, Texas, and is expected to be completed by November 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $31,116,904 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0503).

Triton Marine Construction Corp., Bremerton, Washington, was awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). (Awarded Nov. 16, 2018).

Telephonics Corp., Farmingdale, New York, is awarded a $15,130,351 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the procurement of a maximum quantity of 50 Identification Friend or Foe Interrogator (IFFI) AN/UPX-43(V) 1 and 50 IFFI mounting trays, repair of repairables and required technical data in support of P-8A Poseidon Production Lots 9, 10, and 11 for the Navy, partner countries and foreign military sales (FMS) customers. Work will be performed in Farmingdale, New York, and is expected to be completed in November 2021. Fiscal 2018 aircraft procurement (Navy); and FMS funds in the amount of $3,588,904 will be obligated at time of award; none of which will expire at the end of the current fiscal year. The first order combines purchases for the Navy ($2,687,946; 75 percent); and the government of the United Kingdom ($900,958; 25 percent). 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 (N68335-19-D-0002).

CFM International Inc., West Chester, Ohio, is awarded $13,033,283 for modification P00002 to a previously awarded firm-fixed-price contract (N0001918C1071) to exercise an option for the procurement of one Poseidon CFM56-7B27AE engine for the government of Norway in support of the P-8 Poseidon aircraft under the Foreign Military Sales program. Work will be performed in Villaroche, France (53 percent); Evendale, Ohio (43 percent); Singapore (3 percent); and Bromont, Canada (1 percent), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $13,033,283 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.

Colonna's Shipyard Inc.,* Norfolk, Virginia, is awarded an $11,884,493 firm-fixed-price contract for a 90-calendar day shipyard availability for the post shakedown availability and dry docking of USNS City of Bismarck (T-EPF 9). Work will include clean and gas-free tanks, voids, cofferdams and spaces, heater exchangers; modify fore peak structure, perform annual stern ramp maintenance, install heat tracing and thermal insulation on piping, perform annual maintenance of ride control system, bilge cleaning, reduction gear maintenance, self-contained breathing apparatus annual certification, high expansion foam system certification, heating, ventilation, and air conditioning system annual maintenance, annual sewage plant maintenance, docking and undocking, evacuation system annual certification, waterjet hydraulics maintenance, and installation of the adaptive force package. The contract includes options which, if exercised, would bring the total contract value of this contract to $13,593,593. Work will be performed in Norfolk, Virginia, and is expected to begin Jan. 7, 2019, with completion by April 6, 2019. Fiscal 2019 operations and maintenance funds in the amount of $13,593,593 are obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside, with more than two companies solicited via the Federal Business Opportunities website, with two offers received, with two found to be in the competitive range. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6702).

3 Phoenix Inc.,* Chantilly, Virginia, is awarded a $10,271,000 cost-plus-fixed-fee, cost only modification to previously awarded contract N00024-13-C-6264 to exercise an option for engineering and technical services and other direct costs in support thereof for the Small Business Innovative Research (SBIR) Phase III contract, topic number N04-138-Real-time Data Fusion and Visualization Interface for Environmental Research Data. Work will be performed in Chantilly, Virginia (40 percent); Wake Forest, North Carolina (40 percent); and Hanover, Maryland (20 percent), and is expected to be completed by October 2019. Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 other procurement (Navy); and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $6,753,273 will be obligated at the time of award and funding in the amount of $724,610 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $9,847,635 for task order A00012 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N62470-17-D-4012 for modification of the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $132,110,862. Work will be performed at various installations in territory of Djibouti, Africa; and other areas within Africa, and is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity.

VT Halter Marine Inc., Pascagoula, Mississippi, was awarded a not-to-exceed $9,000,0000 undefinitized contract action for functional design engineering, procurement of long-lead time material, and limited advanced production to support the Oceanographic Survey Ship (T-AGS 67). Work will be performed in Pascagoula, Mississippi (85 percent); Pittsburgh, Pennsylvania (13 percent); and New Orleans, Louisiana (2 percent), and is expected to be completed by May 2019. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $6,750,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2208). (Awarded Nov. 16, 2018)

Lockheed Martin Corp. Mission Systems and Training, Baltimore, Maryland, is awarded $7,105,135 for a firm-fixed-price contract for the manufacture of spare and repair parts used in the MK-41 Vertical Launching System. This is a one-year contract with no option periods. Work will be performed in Ventura, California (85 percent); and Baltimore, Maryland (15 percent), and will be completed by November 2019. Fiscal 2018 and 2019 working capital funds (Navy) in the amount of $7,105,135 will be issued as a delivery order that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement and one offer was received in response to the original solicitation in accordance with 10 U.S. Code 2304(c)(1). Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-19-D-ZD21).

AIR FORCE

Northrop Grumman Aerospace Systems, San Diego, has been awarded a $489,924,430 definitization and increase in scope fixed-price-incentive-fee and cost-plus-incentive-fee contract (FA8620-18-C-1000 PZ0004) for the Japan Global Hawk program. The contract provides for: three RQ-4 Global Hawk Block 30i air vehicles each containing an enhanced integrated sensor suite payload, two ground control elements, spares and support equipment, system engineering and program management tasks required to execute, manage, control, and report on all program activities, and a site survey. Work will be performed in San Diego and is expected to be completed by Sept. 1, 2022. This contract involves foreign military sales (FMS) to Japan and is the result of a sole-source acquisition. This action will increase funding by $294,542,454 for a total of $425,012,030 in FMS funding. FMS funding in the amount of $64,912,400 will be awarded as priced options to be exercised as soon as Japan releases the remaining funds. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Thales Air Traffic Management Inc., Clarksburg, Maryland, has been awarded a $30,634,338 firm-fixed-price contract option for Deployable Instrument Landing System (D-ILS) production units and spare parts. This contract option provides 9 D-ILS to be deployed worldwide. Work will be performed in Clarksburg, Maryland, and is expected to be completed September 2020. Fiscal 2017 and 2018 procurement funds in the amount of $30,634,338 are being obligated at the time of award. The total cumulative face value of the contract is $126,104,149 and has not changed with this award. Aerospace Management Systems Contracting Office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0034).

Engility Corp., Andover, Massachusetts, has been awarded a $30,304,806 cost-plus-incentive-fee contract for systems engineering and integration follow-on services. This contract provides support to ensure the Air Force Space Overhead Persistent Infrared and Space Based Environmental Monitoring program requirements are met in a timely manner. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 28, 2021. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,48,920; space procurement funds in the amount of $783,582; and operations and maintenance funds in the amount of 1,934,075 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0001).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. - Rotary and Mission Systems, Colorado Springs, Colorado, is being competitively awarded an indefinite-delivery/indefinite quantity contract with a maximum amount of $240,000,000. Under this new contract, the contractor will support the development, deployment and sustainment of the Objective Simulation Framework Modeling & Simulation framework that leverages existing or mature capabilities with a modular, scalable, reconfigurable, and composeable architecture. A task order in the amount of $49,703,444 is being issued immediately after the award of this contract. The work will be performed in Huntsville, Alabama. The ordering period is from Nov. 19, 2018, through Nov. 18, 2023. This contract was competitively procured via publication on the Federal Business Opportunities website with three proposals received. Fiscal 2018 research and development funds in the amount of $1,700,000 are being obligated on the award of the first task order and will expire at the end of the current fiscal year. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0002).

DEFENSE LOGISTICS AGENCY

Coastal Pacific Food Distributors, Stockton, California, has been awarded a maximum $52,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full food-line distribution. This is a 142-day bridge contract, which could possibly end early when the guaranteed minimum is met. Locations of performance are California, Japan, Singapore, Philippines and Diego Garcia, with an April 30, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-4046).

Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $47,951,352 firm-fixed-price, indefinite-delivery contract for blue poly/wool cloth. This was a competitive acquisition with one response received. This is a one-year contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is North Carolina, with a Nov. 18, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1113).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1694434/source/GovDelivery/

Sur le même sujet

  • General Atomics to conduct test flights of SeaGuardian drone in Japan

    10 juillet 2020 | International, Aérospatial

    General Atomics to conduct test flights of SeaGuardian drone in Japan

    BY BEN SAMPSON ON 9TH JULY 2020 General Atomics Aeronautical Systems is to validate its SeaGuardian unmanned drone for use by Japan's Coast Guard Service in mid-September in a series of test flights. The long endurance Remotely Piloted Aircraft Systems (RPAS) SeaGuardian is a variant of the MQ-9 Reaper drone and features lightning protection, composite materials, and sense and avoid technology. The 79 ft (24 m) wingspan aircraft can fly for up to 40 hours at up to 50,000 ft. The validation flights, which will be conducted in partnership with Asia Air Survey (AAS) are expected to run for approximately two months and will include support from the Japan Maritime Self Defense Force (JMSDF) at its Hachinohe base in Aomori Prefecture. The flights aim to validate the wide-area maritime surveillance capabilities of RPAS for carrying out the Japan Coast Guard's (JCG) missions, such as search and rescue, disaster response, and maritime law enforcement. According to the JCG, the flight validation will be conducted in accordance with “the policy on strengthening maritime security systems,” using drones to perform maritime wide-area surveillance using new technology. “We're pleased to support the JCG's goals of validating SeaGuardian's maritime surveillance performance,” said Linden Blue, CEO of General Atomics Aeronautical Systems. “We know there is a need in Japan and worldwide for affordable, long-endurance airborne surveillance in the maritime domain.” The SeaGuardian system features a multi-mode maritime surface-search radar with inverse synthetic aperture radar (ISAR) imaging mode, an automatic identification system (AIS) receiver, and high definition – full motion video sensor equipped with optical and infrared cameras. This sensor suite enables detection and identification of surface vessels over thousands of square nautical miles. The aircraft's Raytheon-supplied SeaVue surface-search radar system provides automatic tracking of maritime targets and correlation of AIS transmitters with radar tracks. General Atomics Aeronautical Systems' SeaGuardian and SkyGuardian RPAS are designed to operate in all-weather and are built to achieve Type Certification based on STANAG (NATO standard) airworthiness compliance. https://www.aerospacetestinginternational.com/news/defense/general-atomics-to-conduct-test-flights-of-seaguardian-drone-in-japan.html

  •  Hypersonics Test Shows the US Is Catching Up in the New Missile Race

    1 octobre 2021 | International, Aérospatial

    Hypersonics Test Shows the US Is Catching Up in the New Missile Race

    But questions remain about costs and priorities remain.

  • Contract Awards by US Department of Defense - July 9, 2019

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

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

    ARMY General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $296,100,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the production of Prophet Enhanced 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 June 15, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-17-D-0006). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,125,514 modification (P00012) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 test and evaluation plan, Spiral 3 system hardware qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin missile system. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,125,514 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $245,994,000 indefinite-delivery/indefinite-quantity contract for electronic warfare and avionics system support Georgia Tech Applied Research University and Affiliated Research Center. This contract provides for essential engineering, research and development capabilities and services for the development and sustainment of systems. Work will be performed at Atlanta, Georgia, and is expected to be completed by July 8, 2029. Future orders may include foreign military sales to multiple countries. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,822,133 are being obligated at the time of award. Air Force Life Cycle Management Center's Electronic Warfare, Robins Air Force Base, Warner, Robins, Georgia, is the contracting activity (FA8523-19-D-0006). Northrop Grumman Systems Corp., Chantilly, Virginia, has been awarded a $92,905,016 ceiling increase and option modification (P00027) to previously awarded FA4600-14-D-0004 for systems engineering, management, and sustainment supporting weather-related missions; increasing the ceiling of the indefinite-delivery/indefinite-quantity contract and providing for the establishment of options to increase the ordering period by six months. The modification brings the total cumulative face value of the contract to $392,905,016 from $300,000,000. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2022. No funds are being obligated at the time of award. Air Combat Command 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity. U.S. TRANSPORTATION COMMAND Maersk Line Limited, Norfolk, Virginia, has been awarded an estimated $170,116,349 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W026). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American President Lines LLC, Washington, District of Columbia., has been awarded an estimated $140,308,984 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W014). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey, has been awarded an estimated $83,994,841 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W015). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Matson Navigation Company Inc., Oakland, California, has been awarded an estimated $71,217,825 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W027). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Liberty Global Logistics LLC, Lake Success, New York, has been awarded an estimated $68,353,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W025). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Farrell Lines Inc., Reston, Virginia, has been awarded an estimated $61,956,899 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W021). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded an estimated $55,905,823 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W023). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Central Gulf Lines Inc., New York, New York, has been awarded an estimated $33,998,317 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W017). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Alaska Inc., Federal Way, Washington, has been awarded an estimated $19,451,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W036). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded an estimated $14,001,976 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W037). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Schuyler Line Navigation Company LLC, Annapolis, Maryland, has been awarded an estimated $12,175,878 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W031). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Young Brothers LTD, Honolulu, Hawaii, has been awarded an estimated $7,293,050 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W040). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Henry Schein, Melville, New York, has been awarded a maximum $35,520,833 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for consumable dental items. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a July 15, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0010). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $21,256,902 modification (P00004) to a cost-plus-fixed-fee delivery order (N0001919-F-2512) against a previously issued basic ordering agreement N00019-14-G-0020. This modification provides for modification kits, special tooling and installation labor for the modification and retrofit of F-35 Lightning II Joint Strike Fighter aircraft for the Marine Corps, Navy, Air Force, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2024. Fiscal 2017, 2018, and 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant funds; and FMS funds in the amount of $21,256,902 will be obligated at time of award, $949,495 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($6,664,143; 31%); Navy ($6,290,194; 30%); Air Force ($4,651,660; 22%); non-U.S. DoD participants ($2,966,510; 14%); and FMS customers ($684,394; 3%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia, is awarded a $17,630,160 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for the storage, overhaul, assessment, repair and industrial activity to make ready for issue critical steam plant valves to support Naval Surface Warfare Center Philadelphia Division. The Naval Surface Warfare Center, Philadelphia Division, engineering, technical, production and subsequent logistic support services (including personnel and facilities) required to develop and integrate technological improvements for Steam Safety and Reliability Program critical spares and 2SCOG program for steam valves installed onboard current LHD-1 class and LCC-19 class, as well as support system life cycle requirements required by Naval Surface Warfare Center, Philadelphia Division, Code 412. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by July 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,000,000 will be obligated at award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4026). ATI Wood-Solesi, Corsico, Italy, is awarded a $14,361,448, firm-fixed-price contract for the P1804 Construct Hydrant System at Naval Air Station Sigonella, Italy. The work to be performed provides for construction of the P1804 type III hydrant system piping loop and pump control panel that will service fueling operations on ramps 1, 2 and 3. This project will be designed in accordance with the latest Department of Defense standard designs and criteria and will include a hydrant loop with seven hydrant refueling pits, pantograph flush/checkout stand facility, pantograph storage area and the replacement of the pump control panel. This project will increase the efficiency of refueling by decreasing the amount of time refueling operations take and the number of personnel required to refuel the aircraft during peak air operations. Work will be performed in Corsico, Italy, and is expected to be completed by July 2021. Fiscal 2018 military construction, (Defense Logistics Agency) contract funds in the amount of $14,361,448 are obligated at the time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-C-5022). Cardno-Amec Foster Wheeler Public Works JV, Charlottesville, Virginia, is awarded a $10,934,892 firm-fixed-price task order N62470-19-F-4093 under a previously indefinite-delivery indefinite-quantity contract (N62470-18-D-3009) for inventory existence and completeness of operating materials and supplies at various Naval Facilities Engineering Command (NAVFAC) public works departments. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $14,868,095. The work to be performed provides for all management, labor, supplies, equipment, information technology, materials and transportation necessary to perform screen of undocumented materials to include identification, inventory, organization, assigning unique locations, and recommendations for disposal. The options, if exercised, provides for the work to be performed at additional NAVFAC locations including Pearl Harbor, Hawaii, Sigonella, Italy, Naples, Italy, and Manama, Bahrain. Work will be performed in San Diego, California (22%); Great Lakes, Illinois (9%); Ventura County, California (9%); Norfolk, Virginia (7%); Kingsville, Texas (5%); Coronado, California (5%); Earle, New Jersey (5%); Washington, District of Columbia (4%); Kittery, Maine, (4%); Lemoore, California (3%); Virginia Beach, Virginia (3%); Seal Beach, California (2%); Indian Head, Maryland (2%); Crane, Indiana (2%); Monterey, California (2%); Fort Worth, Texas (2%); Dahlgren, Virginia (2%); Panama City, Florida (2%); Kitsap, Washington (1%); Corpus Christi, Texas (1%); Everett, Washington (1%); New London, Connecticut (1%); Key West, Florida (1%); China Lake, California (1%); New Orleans, Louisiana (1%); Gulfport, Mississippi (1%); Portsmouth, Virginia (1%); and Yorktown, Virginia (1%). The work is expected to be completed by December 2019. Fiscal 2019 Navy working capital fund contract funds in the amount of $10,934,892 are obligated at the time of this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. NAVFAC AVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Synensys LLC, Peachtree City, Georgia, is awarded a $9,142,957 firm-fixed-price contract for patient safety services at naval military treatment facilities within and outside of the contiguous United States to include: Naval Medical Center, Portsmouth, Virginia (25%); Naval Medical Center, San Diego, California (25%); Naval Health Clinic Annapolis, Maryland (10%); Naval Hospital Pensacola, Florida (10%); Naval Health Clinic, Quantico, Virginia (10%); Naval Health Clinic New England, Newport, Rhode Island (10%); and Naval Hospital Naples, Italy (10%). Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This is a five-year single award contract and work is expected to be completed by Aug. 31, 2024. The contract was competitively procured as a total small business set-aside via the Federal Business Opportunities website, with five offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0004). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1899728/source/GovDelivery/

Toutes les nouvelles