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

Contract Awards by US Department of Defense - November 21, 2019

AIR FORCE

The Raytheon Co., Tucson, Arizona, has been awarded a $386,000,000 contract modification (P00001) to the previously awarded contract FA8681-18-D-0001 for the total package approach (TPA) to the Paveway Family of Weapons. The contract action provides a TPA for Paveway-specific activities including, but not limited to: studies, production, certification, integration and sustainment. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $110,000,000 to $496,000,000. Work will be performed at Tucson, Arizona; and Air Force test ranges. This modification involves 100% foreign military sales to countries with active cases to acquire Paveway weapon systems or have expressed interest in the Paveway Family of Weapons. The total cumulative face value of the contract is $496,000,000. Foreign Military Sales funds are being used and no funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Direct Attack Branch, Eglin Air Force Base, Florida, is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $77,247,414 firm-fixed-price contract for contractor operated and maintained base supply of the Air Education and Training Command fleet of 178 T-1A trainer aircraft. Work will be performed at Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi, and Pensacola Naval Air Station, Florida, and is expected to be completed by Nov. 30, 2020. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount $15,787,799 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-18-C-0001).

JYG Innovations LLC, Dayton, Ohio (FA8604-20-D-3503); Stellar Innovations & Solutions Inc., Moraine, Ohio (FA8604-20-D-3501); and Indigenous Technologies LLC, Chickasha, Oklahoma (FA8604-20-D-3502), have been awarded a $75,000,000 indefinite-delivery/indefinite-quantity contract for Air Force Life Cycle Management Center (AFLCMC) information technology support services. This contract provides for all personnel, supervision and services necessary to accomplish organizational unique communications and information systems support for AFLCMC Wright Patterson Air Force Base organizations for information technology functions considered to be outside the definition of core services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 28, 2026. This award is the result of a competitive acquisition and 17 offers were received. Fiscal 2020 operations and management and procurement funds in the amount of $215,059 (JYG Innovations LLC); $1,882,637 (Indigenous Technologies LLC); and $1,784,659 (Stellar Innovations and Solutions Inc.), will be obligated at the time of award. The Air Force Life Cycle Management, Information Technology Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

VGW Geospatial JV,* O'Fallon, Illinois, was awarded a $240,000,000 firm-fixed-price contract for professional land survey architect-engineer in support of the Southwestern Division Department of Homeland Security Border Infrastructure Program. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 19, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-20-D-6002).

Lockheed Martin Corp., Orlando, Florida, was awarded a $93,000,000 cost-plus-fixed-fee contract for a national cyber range that provides the ability to conduct realistic cybersecurity test and evaluation of major Department of Defense (DoD) acquisition programs and the ability to conduct realistic training, certification and mission rehearsal events for the DoD Cyber Mission Force. One bid were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 19, 2021. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0001).

The Morganti Group Inc., Danbury, Connecticut, was awarded an $88,515,202 firm-fixed-price contract for construction of buildings, utilities, airfield pavements and infrastructure improvements. Bids were solicited via the internet with six received. Work will be performed in Azraq, Jordan, with an estimated completion date of Sept. 15, 2022. Fiscal 2020 military construction, Army funds in the amount of $88,515,202 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-20-C-0002).

Mobley Contractors Inc.,* Morrilton, Arkansas, was awarded a $20,219,318 firm-fixed-price contract for the demolition and construction of the spillway bridge at Eufaula Lake, Oklahoma. Bids were solicited via the internet with two received. Work will be performed in Stigler, Oklahoma, with an estimated completion date of March 31, 2022. Fiscal 2020 operation and maintenance, civil works funds in the amount of $20,219,318 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0003).

SAF Inc.,* Akron, Ohio, was awarded an $8,555,145 firm-fixed-price contract for design-build for Town of Martin low income housing redevelopment. Bids were solicited via the internet with three received. Work will be performed in Martin, Kentucky, with an estimated completion date of Feb. 28, 2021. Fiscal 2010 civil construction funds in the amount of $8,555,145 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-F-9999).

Threat Tec LLC,* Hampton, Virginia, was awarded an $8,066,481 modification (P00005) to contract W9124E-18-D-0002 for training support services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 24, 2020. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Lockheed Martin Missile & Fire Control, Grand Prairie, Texas, was awarded a $7,083,431 hybrid contract (cost-plus-fixed-fee and firm-fixed-price foreign military sales (Bahrain, Republic of Korea, Finland, Jordan, Singapore and United Arab Emirates)) for logistics services in support of the Precision Fires Rocket and Missile System launchers. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Nov. 14, 2022. Fiscal 2020 foreign military sales funds in the amount of $7,083,431 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0088).

NAVY

Lockheed Martin Corp., Baltimore, Maryland, is awarded an $86,346,780 for an undefinitized contract action, ceiling-priced, indefinite-delivery, firm-fixed price, performance-based logistics requirements contract for the repair, upgrade or replacement of the MK-41 Vertical Launch System. Work will be performed in Ventura, California (65%); various contractor supplier locations throughout the U.S. (23%); and various contractor divisions located in Clearwater, Florida; Baltimore, Maryland; and La Mesa, Mexico (collectively 12% as breakdown cannot be determined at this time). This contract includes a five-year base period with no options. Work is expected to be completed by November 2024. Annual working capital funds (Navy) in the amount of $17,583,191 will be issued for delivery order (N00383-20-F-0WB0) that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WB01).

Schmidt-Prime Group LLC,* Pensacola, Florida, is awarded a $30,000,000 maximum amount firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). The work to be performed provides for preparation of professional architectural and engineering services for preparation of design-bid-build documents and design-build request for proposals for various project types at Department of Defense (DoD) and non-DoD activities in the NAVFAC Southeast AO. Initial task order is being awarded at $441,467 to provide engineering services to update the installation DD Form 1391 project documentation and prepare the region team final DD Form 1391 for the Advanced Helicopter Training System at Naval Air Station, Whiting Field, Milton, Florida. Work for this task order is expected to be completed by March 2020. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AO including, but not limited to, Florida (20%); Georgia (17%); South Carolina (15%); Louisiana (10%); Mississippi (10%); Texas (10%); Andros Island, Bahamas (5%); Guantanamo Bay, Cuba (5%); Tennessee (3%); Alabama (1%); Arkansas (1%); Kansas (1%); Missouri (1%); and Oklahoma (1%), and is expected to be completed by November 2024. Fiscal 2019 military construction (MILCON, Navy) contract funds in the amount of $441,467 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance and MILCON, Navy. This contract was competitively procured via the Navy Electronic Commerce Online website with 26 proposals received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0002).

Progeny Systems Corp., Manassas, Virginia, is awarded a $23,488,366 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6267 to exercise and fund options for engineering services and Navy equipment. Work will be performed in Manassas, Virginia (85%); and Charleroi, Pennsylvania (15%), and is expected to be complete by March 2022. Fiscal 2020 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); fiscal 2020 research, development, test and evaluation (Navy); and fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $18,921,361 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 Navy Yard, Washington, District of Columbia, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $15,796,385 cost-plus-fixed-fee contract modification (P00038) to a previously awarded and announced contract (N00030-17-C-0001) to provide services for the U.S. and United Kingdom Trident II D5 strategic weapon system programs, U.S. SSGN attack weapon systems, nuclear weapon surety and future concepts. Work will be performed at Rockville, Maryland (70.3%); Washington, District of Columbia (14.33%); Kings Bay, Georgia (5.1%); Silverdale, Washington (2.7 %); Norfolk, Virginia (1.5% ); San Diego, California (1.5%); Alexandria, Virginia (1.1%); Barrow, United Kingdom (1.1%); Ocala, Florida (0.20%); Ball Ground, Georgia (0.20 %); Saint Mary's, Georgia (0.2%); Pittsfield, Massachusetts (0.17%); Montgomery Village, Maryland (0.15%); Thurmont, Maryland (0.15%); Buffalo, New York (0.15%); New Lebanon, New York (0.15%); New Paris, Ohio (0.15%); Downingtown, Pennsylvania (0.15%); Wexford, Pennsylvania (0.15%); Alton, Virginia (0.15%); Springfield, Virginia (0.15%); Vienna, Virginia (0.15%); and Baltimore, Maryland (0.10%), with an expected completion date of September 30, 2020. Fiscal 2020 other procurement (Navy) funds in the amount of $5,938,482; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,126,542 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0001).

The Nutmeg Companies Inc.,* Norwich, Connecticut, is awarded a $15,360,720 firm-fixed-price contract for renovation of Building 2, reactor servicing ship support, located at Portsmouth Naval Shipyard. The project provides whole building repair and modernization to Building 2. Exterior envelope repairs and replacement will include, but not be limited to, roofing and flashing systems, trim, window and door repairs, brick and masonry, and the installation of roof and wall insulation. The project includes, but is not limited to, the replacement of any deteriorated heating, ventilation, and air conditioning equipment and controls, the renovation of electrical and plumbing systems and the modernization of automated fire detection/suppression systems installed to achieve code compliance. Interior repairs will include the removal of lead paint and asbestos material hazards currently encapsulated in the walls and ceilings. Partial reconfigurations of existing spaces will include offices, work areas and egress paths in order to improve space utilization, accessibility and life safety. State Historic Preservation Officer consultation will be required for all work associated with the building's character defining features. Work will be performed in Kittery, Maine, and is expected to be completed by February 2021. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $15,360,720 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 five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0032).

BAE Systems, Rockville, Maryland, is awarded a $15,245,739 firm-fixed-price contract modification P00006 under a previously awarded contract (N00604-19-C-4001) to exercise option year one for the operation and maintenance of Navy communication, electronic and computer systems. The contract includes a 12-month base period and four one-year option periods. The exercise of this option will bring the estimated value of the contract to $29,146,674, and if all options are exercised, it will bring the total value to $79,707,560. Work will be performed in Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work is expected to be completed by November 2020; if all options are exercised, work will be completed by November 2023. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $4,019,559 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited on a full and open, unrestricted basis with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $12,136,378 modification (P00032) to a previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048). This modification provides CH-53K configuration changes required for initial operational test and evaluation for lot 1 low rate initial production aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in January 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,136,378 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

San Diego Gas & Electric Co., San Diego, California, is awarded a $9,645,185 firm-fixed-price modification under a basic utility service contract for the final design and construction of a natural gas mainline for Cantonment Area 62, Marine Corps Base (MCB) Camp Pendleton. The work to be performed provides for replacing the existing natural gas mainline between Area 52 and Area 62 at MCB Camp Pendleton. A new 6" Polyethylene natural gas transmission mainline, to be installed under Cristianitos Road between South El Camino Real and San Mateo Road, will supply natural gas to the new natural gas master meter assembly. After award of this modification, the total cumulative contract value will be $10,286,614. Work will be performed in Camp Pendleton, California, and is expected to be completed by May 2021. Fiscal 2020 operation and maintenance, (Headquarters Marine Corps) contract funds in the amount of $9,645,185 will be obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-14-C-0201).

DEFENSE LOGISTICS AGENCY

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum of $7,635,468 firm-fixed-price contract for men's trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina and New York, with a Nov. 20, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1213).

Optima Batteries, Milwaukee, Wisconsin, has been awarded a maximum $7,576,806 firm-fixed-price contract for storage batteries. This was a sole-source acquisition using justification U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and Mexico, with a Nov. 19, 2024, performance completion date. Using military services are Air Force, Army and 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 (SPE7LX-20-D-0043).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2022193/source/GovDelivery/

Sur le même sujet

  • Lockheed, Istari partner to demonstrate digital aircraft certification

    20 août 2024 | International, Aérospatial

    Lockheed, Istari partner to demonstrate digital aircraft certification

    The firm will use its digital engineering platform to modify and certify a drone — in this case, Lockheed Martin Skunk Works' X-56A.

  • Contract Awards by US Department of Defense - July 24, 2019

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

    Contract Awards by US Department of Defense - July 24, 2019

    DEFENSE LOGISTICS AGENCY GSL Solutions Inc., Vancouver, Washington, has been awarded a maximum $450,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for automated pharmaceutical equipment, accessories, maintenance and training under the Patient Monitoring and Capital Equipment Program. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is Washington, with a July 23, 2024 performance completion date. Using customers are Army, Navy, Air Force, Marines and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0016). Crown Clothing Co., Vineland, New Jersey, has been awarded a maximum $12,386,162 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-1079), with four one-year option periods for men's coats and replacement collars. This is a fixed-price contract. Location of performance is New Jersey, with an Aug. 8, 2020, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. FN America LLC, Columbia, South Carolina, has been awarded a maximum $10,589,029 firm-fixed-price contract for receiver cartridges. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a July 26, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0112). Communications & Power Industries, Palo Alto, California, has been awarded a maximum $7,050,384 firm-fixed-price contract for electron tubes. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is California, with a June 23, 2022 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0169). NAVY Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a maximum potential value $62,300,000 modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00039-15-D-0042) for the Block Upgrade II retrofit of Multifunctional Information Distribution System (MIDS) low volume terminals. The terminals provide secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms. Work will be performed in Wayne, New Jersey (50%); and Cedar Rapids, Iowa (50%). Work is expected to be completed by December 2026. No funding is being obligated on the contract at the time of award. Contract actions will be issued and funds obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation, subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity and awarded the contract on behalf of the MIDS Program Office. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,425,442 for firm-fixed-price delivery order N00024-19-F-5632 under previously awarded contract N00024-15-D-5217 for 165 Technical Insertion Sixteen (TI-16) Common Display System (CDS) Variant A water-cooled production consoles. The CDS is a set of watch station consoles designed to support the implementation of Open Architecture in Navy combat systems. The TI 16 CDS is the next evolution in the CDS family and consists of a three-eyed horizontal display console. This delivery order combines purchases for the Navy (85%); and the government of Japan (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by March 2020. Fiscal 2018 other procurement (Navy); fiscal 2014, 2016 and 2017 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $26,935,062 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. ARMY Baysinger-Bric JV,* Marion, Illinois (W91248-19-D-0005); Johnson-McAdams Firm P.A.,* Greenwood, Mississippi (W91248-19-D-0004); and American Engineers Inc.,* Glasgow, Kentucky (W91248-19-D-0006), will compete for each order of the $15,000,000 firm-fixed-price contract for architect and engineering design services that include preparation of designs, plans, specifications and cost estimates for various projects at Fort Campbell, Kentucky; and Fort Sill, Oklahoma. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2024. U.S. Army Mission Installation Contracting Command, Fort Campbell, Kentucky, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1915574/

  • COVID-19 Impacts Air Force One Replacement Bottom Line

    30 avril 2020 | International, Aérospatial

    COVID-19 Impacts Air Force One Replacement Bottom Line

    Lee Hudson Graham Warwick Boeing is facing a novel coronavirus-related setback to the VC-25B presidential transport program, causing the company to recognize a $168 million impact in the first quarter. The VC-25B effort faced “inefficiencies” because personnel were directed to work virtually because of COVID-19. This forced Boeing to re-evaluate its estimate, Greg Smith, the company's chief financial officer, told reporters April 29 following a first-quarter earnings call. “The reach-forward loss on VC-25B is associated with engineering inefficiencies from the COVID-19 environment,” according to Boeing's first-quarter earnings report. “We believe these inefficiencies will result in staffing challenges, schedule inefficiencies and higher costs in the upcoming phases of the program.” The U.S. Air Force acknowledged the VC-25B program is a victim of COVID-19 because of component delivery delays from overseas suppliers, the service's acquisition executive, Will Roper, told reporters April 29. However, the V-25B program is a fixed-price contract, meaning Boeing will take the financial hit, not the Air Force. Smith reiterated that despite the financial loss, the program remains on schedule. Boeing began structural modifications on the first 747-8 aircraft to become a VC-25B in March after removing the interior, engines, auxiliary power units and other subsystems. The Air Force acquired the 747-8s in 2017 after selecting Boeing to replace two VC-25As that now perform the role. The service anticipates spending $5.3 billion to complete modifications on both aircraft to begin operations at the end of 2024. https://aviationweek.com/defense-space/budget-policy-operations/covid-19-impacts-air-force-one-replacement-bottom-line

Toutes les nouvelles