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

Contract Awards by US Department of Defense - November 24, 2020

NAVY

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded a $197,452,828, firm-fixed-price contract for the execution of the USS Wasp (LHD 1) fiscal 2021 Chief of Naval Operations scheduled docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Wasp (LHD 1). This contract includes options which, if exercised, would bring the cumulative value to $237,765,941. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance (Navy) (97.2%); and fiscal 2021 other procurement (Navy) (2.8%) funding in the amount of $197,452,828 will be obligated at contract award, of which funding in the amount of $191,836,933 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with one offer received in response to Solicitation No. N00024-20-R-4404. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4404). (Awarded Nov. 20, 2020)

Auxiliary Systems Inc.,* Norfolk, Virginia, is awarded a maximum dollar value $35,423,320 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide alternating current/direct current motors and motor generator sets repair. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2021 and if options are exercised, work will be completed by November 2025. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $12,000 ($12,000 minimum guarantee per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This single award contract was procured as a small business set-aside via the beta.sam.gov website with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-21-D-0001).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $12,861,992 modification (P00004) to cost-plus-fixed-fee and firm-fixed-price order N00019-20-F-0315 against previously issued basic ordering agreement N00019-17-G-0002. This modification exercises options to modify the V-22 aircraft to the government of Japan's unique configuration requirements. Additionally, the modification exercises options for the production and delivery of nine traffic collision avoidance systems, technical support representation and preservation of aircraft post completion of unique modifications. Work will be performed in Stennis, Mississippi (75%); Ridley Park, Pennsylvania (15%); Fort Worth, Texas (5%); and Tokyo, Japan (5%), and is expected to be completed in August 2024. Foreign Military Sales funds in the amount of $12,861,992 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.

Pacific Federal Management Inc.,* Tumon, Guam, is awarded a $10,366,798 indefinite-delivery/indefinite-quantity modification for the exercise of Option Number One for base operating support services at Naval Base (NB) Guam and Naval Support Activity (NSA) Andersen. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work to perform ground maintenance and tree trimming services for U.S. military facilities on Guam and NSA Andersen at various locations on Guam, Marianas Islands. After award of this option, the total cumulative contract value will be $19,783,731. Work will be performed in the Naval Facilities Engineering Systems Command (NAVFAC) Marianas area of operations, including but not limited to, NB Guam (70%); and NSA Andersen, Guam (30%). This option period is from December 2020 to November 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); and fiscal 2021 O&M (family housing) in the amount of $7,945,193 for recurring work will be obligated on individual task orders issued during the option period. NAVFAC Marianas, Guam, is the contracting activity (N40192-20-D-9000).

IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $9,112,276 recurring/non-recurring services type modification for base operating services at Naval Support Activity Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. Work will be performed in Annapolis, Maryland, with the contract period of Dec. 1, 2020, to Feb. 28, 2021. No funds will be obligated at time of modification award. Fiscal 2021 operation and maintenance in the amount of $5,833,247 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-20-D-0500).

ARMY

FLIR Unmanned Ground Systems Inc., Chelmsford, Massachusetts, was awarded a $30,100,000 modification (P00007) to contract W56HZV-19-D-0031 for reset, sustainment, maintenance and recap parts to support the overall sustainment actions of the entire FLIR Unmanned Ground Systems family of small, medium and large robots. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 23, 2020. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $20,490,500 firm-fixed-price contract to remove dredging material from the Delaware River. Bids were solicited via the internet with one received. Work will be performed in Bellafonte, Delaware, with an estimated completion date of March 22, 2021. Fiscal 2010 civil construction funds in the amount of $20,490,500 were obligated at the time of the award. The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-21-C-0007).

AIR FORCE

Busek Co. Inc., Natick, Massachusetts, has been awarded a $20,335,186 cost-plus-fixed-fee contract for development of a 1-2 kW Hall Thruster system for a near-term space experiment. This contract provides a contract vehicle the Air Force Research Laboratory, Aerospace Systems and Space Propulsion Division can use to address technical needs for next-generation strategic, tactical and spacecraft propulsion systems. Work will be performed in Natick, Massachusetts, and is expected to be completed Nov. 25, 2023. Fiscal 2021 research, development, test and evaluation funds in the amount of $2,559,980 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-21-C-6001).

DEFENSE LOGISTICS AGENCY

Epic Aviation LLC, Salem, Oregon, has been awarded a maximum $11,263,200 fixed-price with economic-price-adjustment contract for jet fuel. This was a competitive acquisition with three responses received. This is an 18-month base contract with one six-month option period. Locations of performance are California and Oregon, with a May 31, 2022, performance completion date. Using customer is Air National Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-21-D-4527).

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2427044/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 6, 2019

    7 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 6, 2019

    NAVY BAE Systems Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded $225,034,247 for firm-fixed-price delivery order N0001919F2701 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-17-D-5517) to procure 9,999 additional Lot 7, full-rate production units of the Advanced Precision Kill Weapon System (APKWS) II. The procurement of the additional APKWS II weapons will upgrade the current 2.75-inch rocket system to a semi-active laser guided precision weapon in support of the Army, Navy, Marine Corps, Air Force and the governments of Nigeria and the Netherlands. Work will be performed in Hudson, New Hampshire (70 percent); and Austin, Texas (30 percent), and is expected to be completed in September 2020. Fiscal 2019 procurement of ammunition (Army, Navy and Marine Corps and Air Force); and Foreign Military Sales funds in the amount of $225,034,247 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. BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded an $114,563,249 firm-fixed-price contract for the execution of USS Bulkeley (DDG 84) fiscal 2019 depot maintenance period Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Bulkeley. This is a “long-term” availability and was competed on a coast-wide (East coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $136,226,668. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $114,563,249 will be obligated at time of award, $85,275,770 of which will expire at the end of the fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to Solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4448). (Awarded Feb. 1, 2019) Marine Hydraulics International Inc. (MHI), Norfolk, Virginia, was awarded a $103,384,447 firm-fixed-price contract for the execution of USS Gunston Hall (LSD 44) fiscal 2019 Chief of Naval Operations-scheduled dry-docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Gunston Hall. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. MHI will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $149,237,975. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 2020. Fiscal 2019 operations and maintenance (Navy) funding; and fiscal 2019 other procurement (Navy) funding in the amount of $103,384,447 will be obligated at time of award, and $103,159,625 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4450). (Awarded Feb. 1, 2019) General Dynamics NASSCO-Norfolk, Norfolk, Virginia, was awarded a $67,179,025 firm-fixed-price contract for the execution of USS Arleigh Burke (DDG 51) fiscal 2019 dry-docking selected restricted availability Chief of Naval Operations availability. This availability will include a combination of maintenance, modernization, and repair of USS Arleigh Burke. This is a “long-term” availability and was competed on a coast-wide (East Coast) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $74,718,063. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $67,179,025 will be obligated at time of award and will expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2019. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received in response to solicitation No. N00024-18-R-4448. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4449). (Awarded Feb. 1, 2019) Group W Inc., Vienna, Virginia, is awarded a $24,999,999 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with a five-year ordering period for research and innovative technical analysis support services for the Marine Corps Operations Analysis Directorate. Work will be performed in Vienna, Virginia. Work is expected to be completed within the delivery dates set forth in each task order. The ordering period will commence on Feb. 5, 2019 and end on Feb. 4, 2024. No funds will be obligated at the time of award. Funding on this contract will be obligated at the task order level. Operations and maintenance (Marine Corps), and research and development (Marine Corps and Navy) funding will be used for the task orders. Fiscal 2019, operations and maintenance (Marine Corps) funds in the amount of $950,200 will be obligated for task orders one and two and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three proposals received. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office Quantico, Virginia, is the contracting activity (M00264-19-D-0007). PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded a $23,000,000 firm-fixed-price, indefinite-delivery, requirements contract. This contract provides continued Contractor Instruction, Maintenance, Operations and Training Support (CIMOTS). CIMOTS will support the national strategic sealift Cargo Offload Discharge System requirements and facilitate training for the Improved Navy Lighterage System powered and non-powered craft at Expeditionary Warfare Training Groups, Pacific and Atlantic. Work will be performed in Coronado, California (90 percent);and Norfolk, Virginia (10 percent), and is expected to be completed in December 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-19-D-1020). General Atomics, San Diego, California, is awarded $8,417,378 for ceiling-priced delivery order N00383-19-F-NA05 under previously awarded basic ordering agreement (N00383-18-G-NA01) for the manufacture of 17 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System for use on aircraft carriers. Work will be performed in Tupelo, Mississippi, and work will be completed by January 2022. Working capital funds (Navy) in the amount of $6,313,034 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. ARMY MDM Construction,* Rockford, Illinois (W911SA-19-D-2005); Greenstone Construction,* Fargo, North Dakota (W911SA-19-D-2006); Richard Group,* Glenview, Illinois (W911SA-19-D-2007); Allcon Construction,* Butler, Wisconsin (W911SA-19-D-2008); Progressive Construction Services,* Janesville, Wisconsin (W911SA-19-D-2009); JMJ Construction,* Baraboo, Wisconsin (W911SA-19-D-2010); Relyant Global,* Maryville, Tennessee (W911SA-19-D-2011); RHI Construction Services,* West Haven, Utah (W911SA-19-D-2012); Platt Construction,* Franklin, Wisconsin (W911SA-19-D-2013); and Signature Renovations,* Capitol Heights, Maryland (W911SA-19-D-2014), will compete for each order of the $45,000,000 firm-fixed-price contract for Fort McCoy, Wisconsin, Department of Public Works construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2024. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $26,182,720 modification (P00136) to contract W31P4Q-13-C-0129 to procure Command Launch Unit retrofits. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $26,182,720 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Social Services Missouri Dept., Jefferson City, Missouri, was awarded a $19,195,300 modification (P00003) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 5, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $19,195,300 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity. Valiant Government Services LLC, Hopkinsville, Kentucky, was awarded a $16,255,102 modification (P00009) to contract W91278-18-C-0011 for operations and maintenance services. Work will be performed in Natick, Massachusetts; Daleville, Alabama; Silver Spring, Maryland; Aberdeen, Maryland; Frederick, Maryland; and Dover, Delaware, with an estimated completion date of Feb. 6, 2020. Fiscal 2019 operations and maintenance Army; and research, development, test and evaluation funds in the amount of $16,255,102 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Panamerican Consultants Inc.,* Memphis, Tennessee, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0003). R. Christopher Goodwin & Associates Inc.,* New Orleans, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0006). Coastal Environments Inc.,* Baton Rouge, Louisiana, was awarded a $7,500,000 firm-fixed-price contract for cultural resources related services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0007). MISSILE DEFENSE AGENCY General Atomics Electromagnetic Systems, San Diego, California, is being awarded a $30,900,000 cost-plus-fixed-fee contract modification (P00013) to a previously awarded contract (HQ0277-l 7-C-0001). The value of this contract is increased from $37,850,000 to $68,750,000. Under this modification, the contractor will continue to demonstrate passive Missile Defense Agency configured MQ-9 unmanned aerial vehicles in Ballistic Missile Defense System tests. The work will be performed in San Diego, California. Fiscal 2019 research, development, test and engineering funds in the amount of $l,445,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-17-C- 0001). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1750408/source/GovDelivery/

  • Marshall signs exclusive partnership with QinetiQ for C-130 armour

    22 juillet 2020 | International, Terrestre

    Marshall signs exclusive partnership with QinetiQ for C-130 armour

    July 16, 2020 - Marshall Aerospace and Defence Group (Marshall ADG) signed an exclusive agreement with QinetiQ to market, sell and install the latest generation of lightweight armour (LAST Armor® LWA) for the C-130 Hercules. The new armour is half the weight and offers air crew the same threat protection as the previous LAST Armor. It also saves fuel, reduces the impact on the aircraft's centre of gravity and allows the C-130-30 variant its full cargo carrying capacity. Marshall ADG will be the first company to certify the new lightweight armour on the C -130 aircraft. Marshall ADG's Sales Director, Matthew Harvey said: “Being able to offer C-130 operators a lightweight armour solution that provides the same level of threat protection as the current LAST Armor demonstrates our commitment to protecting people in critical situations, “Crew safety is paramount and critical to mission success and we're pleased to be able to provide this capability to customers through this partnership with QinetiQ." This increased operational capability allows air forces around the world to operate in hostile environments with the confidence that their crews are protected against small arms fire. Vice President of QinetiQ Inc., Dan Deguire, said: “Since 1995, LAST Armor has provided critical protection from small arms fire on hundreds of C-130J, C-130E/H, C-5, and C-17s, as well as several other aircraft platforms. We are excited to have this opportunity to partner with Marshall ADG to launch our next generation of improved lightweight armor products worldwide.” The armour is manufactured from high tenacity polyethylene, making it extremely robust, and approximately 380kg (840lbs) lighter than the current LAST Armor solution specifically on the C -130J. This, combined with its environmental coatings ensures that the armour remains relatively inert throughout its service life, even when operating within the harshest of environments. The armour can be quickly and easily installed during scheduled maintenance or as a standalone activity, thus ensuring optimum aircraft mission availability. View source version on Marshall ADG: https://marshalladg.com/insights-news/marshall-signs-exclusive-partnership-with-qinetiq-for-c-130-armour

  • Major order for ammunition: NATO customer orders artillery ammunition from Rheinmetall – worth almost €300m

    27 mai 2024 | International, Terrestre

    Major order for ammunition: NATO customer orders artillery ammunition from Rheinmetall – worth almost €300m

    The total gross value of the orders booked in the second quarter of 2024 amounts to almost €300 million

Toutes les nouvelles