20 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - November 19, 2020

WASHINGTON HEADQUARTERS SERVICES

American Systems Corp., Chantilly, Virginia (HQ0034-21-D-0003); Applied Research Associates Inc., Alexandria, Virginia (HQ0034-21-D-0004); and Modern Technology Solutions Inc., Alexandria, Virginia (HQ0034-21-D-0002), have been awarded an indefinite-delivery/indefinitely-quantify contract with a maximum amount of $496,000,000. This requirement will provide the range of research, development, test and evaluation technical and engineering services required to assist the Office of the Under Secretary of Defense for Research and Engineering in accomplishing its mission to create innovative warfighting technologies and advanced capabilities required to maintain U.S. technological superiority. Work performance will take place in the Northern Capital Region, including Alexandria, Virginia; and Chantilly, Virginia. No funds will be obligated at time of the award. The expected completion date is Nov. 18, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Vermilion Valley Produce Co.,* Danville, Illinois, has been awarded a maximum $265,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a four-year six-month contract with no option periods. Location of performance is Illinois, with a May 18, 2025, ordering period end date. Using customers are Army, Air Force, and Department of Agriculture schools. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-P359).

Hill-Rom Co. Inc., Batesville, Indiana, has been awarded a maximum $48,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 135 responses received. This is a five-year contract with no option periods. Location of performance is Indiana, with a Nov. 16, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0052).

AIR FORCE

Journey Construction Inc., Taylor, Texas (FA4661-21-D-0001); Pace-Amtex JV LLC, Boerne, Texas (FA4661-21-D-0002); GMA Construction Group, Chicago, Illinois (FA4661-21-D-0003); Pro-Mark Services Inc., Rapid City, South Dakota (FA4661-21-D-0004); and Sea Pac Engineering Inc., Los Angeles, California (FA4661-21-D-0005), have collectively been awarded a ceiling $150,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for $150,000,000. Work will be performed at Dyess Air Force Base, Texas, and is expected to be completed Nov. 18, 2027. Current fiscal operation and maintenance funds will be used per individual task order. The 7th Contracting Squadron, Dyess AFB, Texas, is the contracting activity.

Siemens Industry Inc., Buffalo Grove, Illinois, has been awarded a $54,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, supply/install contract for the switchgear replacement effort program. This contract will provide for a streamlined means to provide supply and installation of gas insulated switchgear. Work will be performed at Arnold Air Force Base, Tennessee; Mountain View, California; Eglin AFB, Florida; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; and Wright-Patterson AFB, Ohio, and is expected to be completed Nov. 16, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $8,365,562 are being obligated at the time of award. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity (FA9101-21-D-0003).

L-3 Technologies, Greenville, Texas, has been awarded an $18,796,399 cost-plus-fixed-fee contract modification (P00009) to contract FA8620-18-F-4801 for an additional engineering effort. This modification provides for additional non-recurring and recurring engineering required to develop and install structural reinforcements to the aircraft. Work will be performed in Greenville, Texas, and is expected to be completed Dec. 24, 2022. This contract involves 100% Foreign Military Sales (FMS) and is the result of a sole-source acquisition. The total cumulative face value of the contract is $273,945,200. FMS funds in the full amount are being obligated at the time of the award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Siemens Healthineers, Flanders, New Jersey, has been awarded a $12,381,645 firm-fixed-price contract for an industrial base expansion. The contract provides building modifications, equipment purchases, installation and qualification testing to expand U.S. domestic production capacity for SARS-CoV-2 antigen assays. Work will be performed in Walpole, Massachusetts, and is expected to be completed Aug. 31, 2021. This contract award is part of the ongoing collaboration between the Department of Defense and the Department of Health and Human Services and is funded through the Health Care Enhancement Act. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0006).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $12,342,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Diminishing Manufacturing Sources and Material Shortages support. This contract provides support for Air Force (AF) and non-AF users, supporting the AF, to proactively reduce mission capability impacts to improve logistics support and weapon system sustainability. Work will be performed at Hill Air Force Base, Utah; Robins AFB, Georgia; Tinker AFB, Oklahoma; and Wright-Patterson AFB, Ohio, with some work performed at Fort Walton Beach, Florida. The work is expected to be complete by June 20, 2025. This award is the result of a competitive acquisition resulting in receipt of one offer. Fiscal 2021 Consolidated Sustainment Activity Group engineering funds in the amount of $10,285,000 are being obligated in the first task order at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8109-21-D-0001).

Hardwood Products Co. LP, Guilford, Maine, has been awarded a not-to-exceed $11,640,270 firm-fixed-price, undefinitized contract action as a modification (P00003) to contract FA8730-20-C-0056 for industrial base expansion for U.S. domestic production capacity for medical flock tip swabs. This contract modification funds the design, procurement and expedited implementation of facility upgrades, enabling an early, interim production capability of flock tip swabs. Work will be performed in Pittsfield, Maine, and is expected to be completed March 30, 2021. Fiscal 2021 other procurement funds in the amount of $5,078,350 are being obligated at the time of award. The cumulative face value of the contract is $62,599,861. The Air Force Life Cycle Management, Hanscom Air Force Base, Massachusetts, is the contracting activity.

FCN Inc., Rockville, Maryland, has been awarded a $7,846,260 firm-fixed-price modification to exercise the first option period for the Endgame Endpoint Security program software subscription to maintain the weapon system components and weapon system baseline to meet Air Force Space Command authority to operate configurations. Work will be performed in Rockville, Maryland, and is expected to be completed Nov. 29, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2021 operation and maintenance; and Air National Guard procurement funds in the full amount are being obligated at the time of modification to exercise the first option period. The Air Force Life Cycle Management Center, Joint-Base San Antonio-Lackland, Texas, is the contracting activity (FA8307-20-F-0005).

NAVY

IAP-ECC LLC, Burlingame, California, is awarded firm-fixed-price task order N62742-21-F-4000 for $84,547,765 under a multiple award contingency contract for construction and maintenance of a contractor berthing camp at Naval Air Weapons Station (NAWS), China Lake, California. The work to be performed provides for incidental temporary facilities and facility services for a berthing camp in support of the China Lake Earthquake Recovery project at NAWS, China Lake. Incidental temporary facilities include fencing, living/sleeping units, operational center and a security station. Facility services include management and administration, unaccompanied housing, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, wastewater and water. The need for the berthing camp to support 11 military construction (MILCON) project contractors is an emergency response to the earthquakes that affected the China Lake area in July 2019. The task order also contains four unexercised options, which if exercised, would increase the cumulative task order value to $138,743,035. Work will be performed in Ridgecrest, California, and is expected to be completed by March 2025. Fiscal 2020 MILCON (Navy) funds; and fiscal 2021 working capital (Navy) funds in the amount of $84,547,765 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-16-D-3553).

Cherokee Nation Management and Consulting LLC, * Catoosa, Oklahoma, is awarded an $80,943,352 firm-fixed-price, time-and-materials contract for a two-month phase-in period and a 10-month base period with two 12-month option periods for logistics services to manage, support and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed January 2024. No funding will be obligated at time of award and the award will be made contingent to the availability of funds. This contract was competitively solicited via beta.sam.gov with seven proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-21-C-0001).

Marine Group Boat Works LLC,* Chula Vista, California, is awarded a $48,717,886 firm-fixed-price modification to previously awarded contract N00024-18-C-2223 in support of the government of Jordan for two 37-meter patrol boats, communications equipment and other technical assistance. Work will be performed in Chula Vista, California, and is expected to be completed by September 2023. Foreign Military Sales (Jordan) in the amount of $48,717,886 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304 (c) (4), this contract was not competitively procured: International Agreement. This contract is for two 37-meter Patrol Boats, communications equipment and other technical assistance for the Royal Jordanian Navy. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $24,085,883 indefinite-delivery/indefinite-quantity modification for a bridge contract to extend services for base operating support services at Naval Submarine Base, Kings Bay, Georgia. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute base operations support services. All work will be performed in St. Mary's, Georgia. After award of this option, the total cumulative contract value will be $392,424,567. This option period is from December 2020 to May 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $16,213,566 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-11-D-7578).

Insitu Inc., Bingen, Washington, is awarded a $9,769,387 modification (P00009) to firm-fixed-price order N68335-19-F-0434 against previously issued basic ordering agreement N68335-16-G-0046. This modification definitizes pricing and exercises options for the procurement of 15 ScanEagle unmanned aerial vehicles, nine ScanEagle payloads, and three spares lots needed to provide the Afghanistan National Army (ANA) intelligence, surveillance and reconnaissance capabilities, and support current ANA ScanEagle efforts. Work will be performed in Bingen, Washington (100%), and is expected to be completed in July 2021. Foreign Military Sales funds in the amount of $9,769,387 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

I.E. Pacific Inc.,* Escondido, California, is awarded firm-fixed-price task order N62473-20-F-5102 for $8,123,000 under a multiple award construction contract for repair of a bachelors enlisted quarters (BEQ) and repair of water channel at Marine Corps Base, Camp Pendleton, Virginia. The work to be performed provides for the repair of BEQ Building 53451 with 64 units and the existing open channel/swale and culvert system through this corridor. BEQ Building 53451 requires work to bring it up to current building code and life safety standards. The channel is undersized and needs to be upgraded to provide higher flow rates without spilling over the channel. The renovation project includes replacement of the existing built-up roof with a standing seam metal roof and the replacement of exterior hollow metal doors, windows, window screens, shades, hollow metal doors/frames and door locks with an electronic card reading lock system; the patching, repairing, and repainting of all existing interior walls and ceilings, exterior walls/façade, balcony, stair panels, handrails and guardrails, and other surfaces; and the installation of new ceiling fans in each billeting room, the duty room and the lounge. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $8,123,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-4628).

ARMY

Franconia Real Estate Services Inc., doing business as Franconia Allegiance Government Relocation, Woodbridge, Virginia, was awarded a $65,000,000 blanket purchase agreement (W912DR-21-A-0001) for the Defense National Relocation Program. Bids were solicited via the internet with 11 received. Work will be performed in Baltimore, Maryland, with an estimated completion date of Nov. 30, 2025. The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Reliance Relocation Services Inc., doing business as Relo Direct, Chicago, Illinois, was awarded a $65,000,000 blanket purchase agreement (W912DR-21-A-0002) for the Defense National Relocation Program. Bids were solicited via the internet with 11 received. Work will be performed in Baltimore, Maryland, with an estimated completion date of Nov. 30, 2025. The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

Attain LLC, McLean, Virginia, was awarded a $19,125,495 modification (BA0733) to contract W91QUZ-11-D-0016 for contractor resources to support the Army Shared Services Center. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2022. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2421845/source/GovDelivery/

Sur le même sujet

  • Excluded from cooperative plans in Europe, UK sets groundwork for future fighters

    27 juin 2018 | International, Aérospatial

    Excluded from cooperative plans in Europe, UK sets groundwork for future fighters

    By: Andrew Chuter LONDON ― Expectations are growing among industry executives and analysts that the British government will use a huge gathering of international air force chiefs in the U.K. in mid-July to outline a strategy leading to development of a new generation of fighter jets for the post-2040 era. Left out in the cold by a joint Franco-German plan to develop a new fighter, Ministry of Defence officials ― supported by industry ― have been working for months on a combat air strategy to sustain Britain's capabilities beyond the Eurofighter Typhoon, and they are determined to figure out a way forward this summer. With more than 50 air force chiefs from around the world expected to attend the Royal International Air Tattoo at Fairford, southern England, as part of the Royal Air Force's centenary celebrations, it is likely the British will use the event to kick-start plans to develop an eventual replacement for the Typhoons, which form the backbone of the country's fighter fleet. “We are definitely hoping that between the NATO summit, the Royal International Air Tattoo and the Farnborough air show in mid-July, something gets announced to get the combat air strategy underway,” said Paul Everitt, the CEO at ADS, a U.K. defense and aerospace trade organization. Consultant Howard Wheeldon, of Wheeldon Strategic, who is very much plugged into MoD and industry circles, said nothing was set in stone yet, but he expects some kind of announcement, possibly at the Royal International Air Tattoo , which starts July 13. “I do get the impression they will go for something big in the way of an announcement. It could be something along the lines of ‘this is what we would like to do, and we want to do it with partners.' In part it's meant to be a bit of a shock to France and Germany,” Wheeldon said. An MoD spokesman told Defense News that the U.K.'s air combat strategy “will aim to set the policy goals that will maximize the national strategic value in combat air, including operational capability; technological advantage; economic benefits; industrial capability, capacity and skills; prosperity; and export outcomes, and will set clear parameters for industry to drive long-term, sustainable improvements in productivity and efficiency to ensure the U.K. combat air sector remains world-leading and internationally competitive.” “It will signal to international partners the U.K.'s approach to combat air capability development, encouraging a wider dialogue with partners and allies over future cooperation,” the MoD spokesman added. Everitt said any announcement would fall short of a program go-ahead, but expects a significant step forward by the British. “I think it will be a commitment to a strategy rather than a strategy itself. It will cover some of the key elements they will need to address rather than a commitment to build. Nevertheless, in terms of making progress I see it as a big step forward,” he said. Everitt said the jointly funded government-industry UK Defence Solutions Centre has already been tasked with looking at potential international partners and future customers for a sixth-generation jet. The ADS boss said the “politics of the situation are if we want to interest potential partners or even customers, we are going to have to demonstrate we have something that's real.” “If we want to be taken seriously, we have to put something on the table. Time pressures mean while we would not necessarily like to do it in this environment, we have to put something out there to say we have the capability and political intent to do this,” Everitt said. What the British don't have, however, is the money to go it alone in developing a new fighter. So a partner, or two, is essential if the country's air combat-dominated defense industry is to remain a leading player. “We will still have sufficient time over the course of the next five years that if we begin to make progress with this we will be able to combine with other players, be it France and Germany, or others around the world. But to meet any kind of timetable we have to start doing something now,” Everitt said. Jon Louth, the director of defense, industries and society at the Royal United Services Institute think tank in London, said it's a big ask to see the U.K. joining the nascent program now being touted by France and Germany. “The Germans and the French want to go it alone on this and almost have it as a European Union exemplar,” Louth said. “Politics aside, I think U.K. will likely want to move quicker than Franco-German partners, even if we were let in.” France has suggested Britain could be brought into the program at a later date, but Everitt questioned the value of any deal that didn't give the defense sector in Britain a leading role. “As we look beyond Europe, it's a bit tricky who we might establish a partnership with. With us having difficult conversations with colleagues in the European Union, we need the strategic vision and political preparedness to make some quite challenging decisions about who might be a potential partner in this project,” he added. Wheeldon reckons a combat air strategy will emphasize partnerships at the international and domestic levels. “I think the signals put out from the strategy will be very positive, particularly in terms of looking for a partnership with another country. It could be Italy, Turkey, Sweden, Japan or whoever. It will also likely [emphasize] Britain's defense-industrial base and its importance, so any government partnership will be with them as well,” Wheeldon said. Louth said the U.S. might provide another partnering option, although there looks to be a gap between the likely requirements of the two countries. “The U.S. seems to be talking about a larger platform than we want, so there could be some interesting options around new partners that would fit the British Brexit narrative of global markets,” he said, referring to Britain's exit from the European Union. “I sense that we will start to hear about an emerging combat air replacement program in July, and there might even be some early money from the government to start thinking about capabilities and, longer term, a demonstrator,” he added. BAE Systems already has a deal with Turkey to help develop the TF-X fighter program being pursued by President Recep Tayyip Erdogan's government, while the British and Japanese governments announced last year they were looking at options for collaborating on a new generation of fighters. However, The Financial Times has reported the British deal with Turkey is running into trouble over issues surrounding the passing of intellectual property related to sensitive aircraft and engine technology to Ankara. BAE continues to lead in the development of technologies for the Typhoon and is Lockheed Martin's main international partner in the F-35 program. It is also part of a stalled Anglo-French partnership to investigate unmanned combat vehicle technologies. In a statement, the company said it is working closely with the Royal Air Force and industry partners to further develop “Britain's work-leading combat air capability” and envisions a future combat air system developed with international partners that is flexible, affordable and customizable for export. But for such a vision to move forward, Everett said, the role of Britain must be clear. “The industrial question is would we have sufficient lead in any joint program to make it worthwhile. That perhaps is a more serious question in any U.K.-French-German mix.” https://www.defensenews.com/digital-show-dailies/farnborough/2018/06/25/excluded-from-cooperative-plans-in-europe-uk-sets-groundwork-for-future-fighters/

  • Cisco Warns of Exploitation of Decade-Old ASA WebVPN Vulnerability

    3 décembre 2024 | International, C4ISR, Sécurité

    Cisco Warns of Exploitation of Decade-Old ASA WebVPN Vulnerability

    Cisco warns of active exploitation of CVE-2014-2120 in ASA WebVPN; users urged to update.

  • Contract Awards by US Department of Defense - February 13, 2020

    15 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 13, 2020

    WASHINGTON HEADQUARTERS SERVICES Dexis Consulting Group, Washington, District of Columbia (HQ0034-20-D-0004); and IDS International Government Services LLC, Arlington, Virginia (HQ0034-20-D-0005), have been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a maximum amount of $300,000,000. This requirement will provide assessment, monitoring and evaluation to the Defense Security Cooperation Agency. The Functional Category 1 award provides security cooperation support consisting of support to security cooperation programs and initiatives. Some activities included are: support to planning, program design, execution, administration and implementation of security cooperation initiatives; justify, manage and utilize assigned program resources, including budget and personnel; manage stakeholder communications; monitor deliverables. Work performance will take place in the Northern Capital Region, including the Pentagon and Crystal City, Arlington, Virginia. No funds will be obligated at the award of the basic IDIQ contract. Appropriate fiscal 2020 funds will be obligated on all subsequent task orders. The expected completion date is Sept. 24, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. ARMY FN America LLC, Columbia, South Carolina, was awarded a $119,216,309 firm-fixed-price contract for M4/M4A1 carbine. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0006). Lockheed Martin Missile Fire Control, Grand Prairie, Texas, was awarded a $32,183,907 cost-plus-fixed-fee contract to provide field-level High Mobility Artillery Rocket System (HIMARS)/Multiple Launch Rocket System (MLRS) launcher maintenance support to the Army, Marine Corps and Navy. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of June 30, 2022. Fiscal 2020 operations and maintenance, Army; and overseas contingency operations transfer, Defense funds in the amount of $32,183,907 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-C-0017). AECOM Management Services Inc., Germantown, Maryland, was awarded an $8,370,149 modification (000261) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation. Bids were solicited via the internet with nine received. Fiscal 2020 operations and maintenance, Army funds in the amount of $8,370,149 were obligated at the time of the award. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded an $8,301,000 modification (P00003) to contract W912PM-20-C-0006 for dredging of Morehead City, Wilmington, Savannah, and Brunswick Harbors. Work will be performed in Morehead City, North Carolina, with an estimated completion date of July 31, 2020. Fiscal 2018 and 2019 civil operations and maintenance funds in the amount of $8,301,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, Delaware, is the contracting activity. NAVY Ahtna-CDM JV,* Irvine, California (N62473-20-D-0034); Heffler Contracting Group,* El Cajon, California (N62473-20-D-0035); Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-20-D-0036); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-20-D-0037); Dimensions Construction,* San Diego, California (N62473-20-D-0038); and PacWest Construction and Engineering,* Temecula, California (N62473-20-D-0039), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract small business set-aside for commercial and institutional building alterations, repairs, renovations and new construction projects at various government installations within Naval Bases San Diego, Coronado, Point Loma and Marine Corps Air Station, Miramar. The work to be performed provides for alterations, repairs, renovations, and new construction within the North American Industry Classification System code 236220, for commercial and institutional building projects. The maximum dollar value including the two-year base period and one three-year option period for all six contracts combined is $99,999,000. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in metropolitan San Diego, California area. The terms of the contracts are not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds for $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N, O&M, Marine Corps; and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 38 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $23,869,990 firm-fixed-price contract for Mk 41 Vertical Launching System canister production, canister renewal, ancillary hardware, spares and associated support equipment. This contract provides for the manufacture and delivery of new Mk 41 Vertical Launching System canisters (Mk 13 Mod 0, Mk 14 Mod 2, Mk 15 Mod 1; Mk 21--Mod 2, Mod 3 and Mod 4; Mk 25--Mod 0 and Mod 1; and Mk 29 Mod 0); ancillary hardware; spares and associated support equipment. Additionally, it provides for the upgrade, renew, refurbish and/or repair of the canisters listed above, as well as Mk 14 Mod 1 and Mk 15 Mod 0. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $954,516,290. This contract combines purchases for the government of Japan (68%); the government of Denmark (29%); the government of Korea (2%); and the Navy (1%) under the Foreign Military Sales program. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by May 2021. If all options are exercised, work will continue through May 2024. Fiscal 2020 weapons procurement (Navy) (1%); and Foreign Military Sales funding for $23,869,990 (99%) was obligated at time of 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 proposal received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5380). (Awarded Feb. 11, 2020) John C. Grimberg Co., Inc., Rockville, Maryland, is being awarded a $20,987,000 firm-fixed-price contract for the renovation of Building 8 at Marine Corps Barracks, Washington. This work to be performed is for the restoration and modernization of the command post Building 8 at the Marine Corps Barracks, Washington. The project will repair by replacement all building systems including the demolition and removal of all existing obsolete building materials and systems. It will replace internal non-original fixed partition walls, windows, interior and some exterior doors, internal floors, wall and ceiling hard and soft finishes. The renovation incudes the replacement of all plumbing systems and fixtures as well as upgrade of all HVAC systems. Other improvements include the installation of fire detection and suppression systems, replacement of electric power and lighting distribution lines and equipment, and upgrades to communication, security and alarm systems. The project will restore all existing historic stairways to meet safety code requirements and incorporate one centrally located four-stop elevator. Removal and abatement of hazardous materials is necessary to create a safe working environment. The second floor breezeway connector and enclosure to Building 9 will be repaired and refinished as part of this project. Antiterrorism/force protection window, door and related component upgrades are included. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance, (Marine) contract funds for $20,987,000 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 four proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-20-C-0007). Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $17,086,701 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Arctic (T-AOE 8). Work will include seal change for reduction gear main thrust bearings, main switch board cleaning, dry-docking of the vessel, ships service diesel generator turbocharger overhaul, rigid hull inflatable boat davit five year overhaul and weight test, underwater hull cleaning and painting, replace rudder seals, steel renewal, overhaul spanwire and hauling winch electric motor, propeller shaft and stern tube inspection and freeboard cleaning and painting. The contract includes options, which, if exercised, would bring the total contract value to $20,730,455. Work will be performed in North Charleston, South Carolina, and is expected to be completed by May 30, 2020. Contract funds for $17,086,701 are obligated in fiscal 2020 using Navy working capital funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-6012). Lockheed Martin Corp., Liverpool, New York, is awarded a $15,285,603 firm-fixed-price delivery order (N00019-20-F-0535) against basic ordering agreement (N00019-19-G-0029). This delivery order procures four retrofit advanced radar processor systems to include required non-recurring engineering and 16 high-density servers for the E-2D Advanced Hawkeye aircraft. Work will be performed in Liverpool, New York (54%); and Andover, Maine (46%), and is expected to be completed in May 2023. Fiscal 2019 aircraft procurement (Navy) funds for $15,285,603 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. AIR FORCE The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $99,900,000 cost-plus-fixed-fee contract for the Airborne Warning and Control System (AWACS) Block 40/45 full rate production completion. This contract provides for the continued acquisition of supplies and services associated with the production of the E-3 AWACS Block 40/45 upgrade. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by fiscal 2024. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 aircraft procurement funds in the amount of $42,200,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0023). (Awarded Jan. 31, 2020) Ranco Construction Inc., Southampton, New Jersey (FA4484-20-D-0012); Flagship Contracting Inc., South Plainfield, New Jersey (FA4484-20-D-0013); and Eastern Construction & Electric Inc., Wrightstown, New Jersey (FA4484-20-D-0014), are each being awarded a ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for underground utilities for $66,000,000. The contractors will provide all plant, labor, equipment, tools, supplies and materials to perform work necessary for replacement, repair and improvement for underground utilities. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Aug. 12, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance will fund the contract using individual task orders with no funds being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. Avix-BGI JV LLC, Yorktown, Virginia, has been awarded a $9,032,988 firm-fixed-price modification (P00002) to contract FA4890-19-C-0004 for the EC-130H/A-10C aircrew training and courseware development. The contract modification is for exercising and funding Option Year One. The total cumulative face value of the contract is $45,236,369. Fiscal 2020 operations and maintenance funds in the amount of $9,032,988 are being obligated at the time of award. Work will be performed at Davis-Monthan Air Force Base (AFB), Arizona; and Moody AFB, Georgia, and is expected to be completed Jan. 31, 2021. The contracting activity is Air Combat Command, Acquisition Management & Integration Center, Langley AFB, Virginia. DEFENSE LOGISTICS AGENCY Praxair Inc., Danbury, Connecticut (SPE601-20-D-1504, $15,653,203); and Airgas USA LLC, Tulsa, Oklahoma (SPE601-20-D-1503, $11,747,297), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE601-19-R-0310 for liquid nitrogen. These were competitive acquisitions with two offers received. These are five-year contracts with no option periods. Locations of performance are Connecticut, Colorado and Oklahoma, with a Jan. 31, 2025, performance completion date. Using customer is Lockheed Martin. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy – Aerospace, Joint Base San Antonio, Texas. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2084309/source/GovDelivery/

Toutes les nouvelles