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

Contract Awards by US Department of Defense - November 25, 2020

AIR FORCE

Northrop Grumman Systems Corp., San Diego, California, has been awarded a $4,800,000,000 indefinite-delivery/indefinite-quantity contract for Global Hawk development, modernization, retrofit and sustainment activities for all Air Force Global Hawk variants. This contract provides for management, including program, business and technical areas; engineering efforts, including configuration management, data management, reliability, availability and maintainability, and related areas of concern such as technical refresh, diminishing manufacturing sources, etc.; studies and analyses; design, development, integration, test and evaluation; contract/production line closeout/shutdown; training; sparing; overseas contingency operations support; fielding; cyber security/information assurance; interoperability support; facilities modifications/renovation; integrated logistics support; requirements management specification management; and quality assurance. Additional, and more specific, guidance will be included within each individual delivery order/task order statement of work and performance work statement regarding these and other tasks. This contract provides flexibility to accommodate the broad enterprise of activities associated with the Global Hawk program. Work will be performed in San Diego, California, and is expected to be completed Sept. 30, 2030. This award is the result of a sole-source acquisition. Multiple fiscal years and types of funds will be used for this contract. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the primary contracting activity (FA8690-21-D-1009).

Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded a $453,057,000 indefinite-delivery/indefinite-quantity contract for the aircraft engine Component Improvement Program. This contract provides for the following work: the Component Improvement Program establishes prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed, and designing modifications to existing support equipment as well as initiating new support equipment designs as required by engine driven changes. The program also provides support to resolve service-revealed deficiencies and maintain or extend the life limits of aircraft engines. Work will be performed in East Hartford, Connecticut, and is expected to be completed Dec. 31, 2029. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $557,347 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-21-D-0001).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded Option Five to its indefinite-delivery/indefinite-quantity contract FA8106-16-D-0002 under order FA8134-21-F-0001, in the estimated amount of $196,477,863. The Option Five exercise will provide E4B program management, field service representatives, system integration laboratory support, emergency support, spare procurement, spare repair and overhaul, engine sustainment and scheduled and unscheduled depot maintenance. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska; and San Antonio, Texas, and is expected to be completed Nov. 30, 2021. This contract is a sole-source order. Fiscal 2021 operation and maintenance funds in the amount of $75,677,863 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity.

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $42,100,000 undefinitized modification (P00016) to contract FA8682-18-C-0009 for the Joint Air-to-Surface Standoff Missile (JASSM) group one development. This contract modification supports the Global Positioning System receiver development and the development of the missile control unit gigabit cables. Work will be performed in Orlando, Florida, and is expected to be completed Dec. 31, 2023. Fiscal 2020 procurement; and fiscal 2020 research, development, test and evaluation funds in the amount of $6,774,932 are being obligated at the time of award. Total cumulative face value of the contract is $214,912,654. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $188,572,655 modification (P00010) exercising the second one-year option period of a one-year base contract (SPRPA1-17-D-009U) with four one-year option periods for performance-based logistics and engineering support for the V-22 platform. This is a firm-fixed-price requirements contract. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 30, 2021, performance completion date. Using customers are Air Force, Navy, Marine Corps and military services in Japan. Type of appropriation is fiscal 2021 through 2022 (Air Force, Navy, Special Operations Command and Foreign Military Sales) appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

SupplyCore Inc.,* Rockford, Illinois (SPE8E3-21-D-0001, $90,000,000); and Noble Supply and Logistics,* Rockland, Massachusetts (SPE8E3-21-D-0002, $90,000,000) have each been awarded a firm-fixed-price contract under solicitation SPE8EG-13-R-0002 for facilities maintenance, repair and operations. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. They are 365-day bridge contracts with no option periods. Locations of performance are Illinois, Massachusetts, Mississippi, Alabama, Florida, North Carolina, South Carolina, Georgia and Tennessee, with a Nov. 28, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an estimated $16,881,210 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to add pricing for the repair of modular receiver exciters and common radar processor components and other depot-level reparable items. 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 base contract with one five-year option period. Location of performance is Maryland, with a Sept. 9, 2023, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 Air Force operation and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-21-D-0001).

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $7,788,263 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1213) with four one-year option periods for men's broadfall trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a Nov. 24, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Adept Process Services Inc. (APS Marine), National City, California (N55236-21-D-0001); Amee Bay LLC, Hanahan, South Carolina (N55236-21-D-0002); Delphinus Engineering Inc., Eddystone, Pennsylvania (N55236-21-D-0003); Epsilon Systems Solutions Inc., San Diego, California (N55236-21-D-0004); Integrated Marine Services Inc., Chula Vista, California (N55236-21-D-0005); Marine Group Boat Works LLC, Chula Vista, California (N55236-21-D-0006); Q.E.D. Systems Inc., Virginia Beach, Virginia (N55236-21-D-0007); and Willard Marine Inc., Anaheim, California (N55235-21-D-0008), are awarded an overall maximum ceiling value of $64,349,360 in firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with a five base year ordering period to provide marine boatyard services (Lot 1) including specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, and lighterage/service crafts that can be transported via roadway by a trailer that is less than 15 meters or 50 feet in length. It includes their associated systems (i.e., hull, mechanical, electrical and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance. These eight companies will have an opportunity to compete for individual delivery orders. Work will be performed within the San Diego-Los Angeles County areas. These contracts have a five-year base ordering period and work is expected to be completed by November 2025. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $80,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract's initial delivery order and funding will expire at the end of the current fiscal year. These contracts were competitively procured via the beta.sam.gov website; nine offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Barnhart-Reese Construction Inc.,* San Diego, California, is awarded firm-fixed-price task order N62473-21-F-4139 at $15,814,642 under a multiple award construction contract for design-build repair to Bachelors Enlisted Quarters (BEQ) Building 210905 at Marine Corps Base Camp Pendleton, California. The scope of work includes repairs to building subsurface slab and waste line; interior walls, doors, floors, shower enclosures and restroom fixtures; exterior doors and hardware, downspouts, gutters, cracks on walls and balconies, paint walls and rails; electrical lines and walkways; provides an air-cooled chiller, pumps, controls and associated appurtenances; and any incidental related work. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $15,814,642 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. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629).

Innovative Defense Technologies,* Arlington, Virginia, is awarded a $14,071,754 cost-plus-fixed-fee contract for automated test and analysis capability supporting Navy surface combatant combat system development. Work will be performed in Arlington, Virginia (50%); and Mount Laurel, New Jersey (50%), and is expected to be completed by November 2021. This contract includes options, which if exercised, would bring the cumulative value of this contract to $90,490,587 and be completed in November 2025. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $500,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(5). This award is the result of a Small Business Innovative Research Phase III sole-source acquisition. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5100).

Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $9,731,342 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering services in support of test and evaluation and systems engineering activities related to AEGIS Ballistic Missile Defense on behalf of the Missile Defense Agency. Work will be performed in Kauai, Hawaii (90%); Oahu, Hawaii (4%); Santa Clara, California (3%); Point Mugu, California (2%); and Chantilly, Virginia (1%). Work is expected to be completed in November 2025. No funds will be obligated at the time of award and funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0007).

Bristol Engineering Services Co. LLC,* Anchorage, Alaska, is awarded firm-fixed-price task order N62473-21-F-4135 at $8,257,745 under a multiple award construction contract for construction and repair of natural gas lines at Marine Corps Air Ground Combat Center, Twentynine Palms, California. The work to be performed provides for construction and repair of high pressure natural gas systems' main and laterals lines. This project repairs approximately 108,000 linear feet of underground high pressure (400 psi) main piping, medium pressure piping, and low pressure (45 to 20 psi) branch natural gas piping system. Work will be performed in Twentynine Palms, California, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $8,257,745 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N39430-20-D-2221).

ARMY

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded an $11,538,508 modification (P00014) to contract W911S0-18-C-0004 to provide mission support for planning, coordination and execution of exercises conducted by the Army's Mission Command Training Program. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Oct. 14, 2024. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,538,508 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2428368/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - September 04, 2020

    8 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 04, 2020

    DEFENSE HEALTH AGENCY International SOS Government Services Inc., Trevose, Pennsylvania, was awarded a $960,362,689 single-award, indefinite-delivery/indefinite-quantity, fixed-price task order contract for health care support services by the Defense Health Agency (DHA). This contract supports the TRICARE Overseas Program (TOP) by supplementing the healthcare capabilities and capacities of overseas military treatment facilities and provides healthcare in remote overseas locations. This was a full and open competitive acquisition. The TOP contract is for $19,803,735 operations and maintenance funds for a base year (transition-in) and seven one-year option periods. It provides a wide range of health care support services for TRICARE eligible beneficiaries outside the U.S. and Washington, D.C. The performance completion date is Aug. 31, 2028. The DHA Managed Care Contracting Division, Aurora, Colorado, is the contracting activity (HT9402-20-D-0002). (Awarded Aug 31, 2020) NAVY Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $579,837,316 indefinite-delivery/indefinite-quantity contract, which includes $146,269,941 firm-fixed-price undefinitized line items and $433,567,375 firm-fixed-price, fixed-price-incentive-firm-target, cost-plus-fixed-fee definitized line items. This contract provides unit and depot level F-135 propulsion system spare parts, spare engines and modules in support of the F-135 propulsion initial spares requirements for the Air Force, Navy, Marine Corps, non-Department of Defense participants and Foreign Military Sales customers. Work will be performed in East Hartford, Connecticut (93%); Indianapolis, Indiana (6%); and Bristol, United Kingdom (1%), and is expected to be completed in December 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0013). Bell Textron Inc., Fort Worth, Texas, is awarded a $272,161,641 fixed-price-incentive-firm-target contract for the production and delivery of eight UH-1Y and four AH-1Z helicopters for the government of the Czech Republic. Work will be performed in Fort Worth, Texas (60%); and Amarillo, Texas (40%), and is expected to be completed in November 2023. Foreign Military Sales funds in the amount of $272,161,641 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(f)(2)(e). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0061). Advex Corp., Hampton, Virginia (N00164-20-D-GW63); Chesapeake Machining and Fabrication, Baltimore, Maryland (N00164-20-D-GW06); Kodiak Manufacturing, Allison, Pennsylvania (N00164-20-D-GW07); and Merrill Technologies Group, Saginaw, Michigan (N00164-20-D-GW08), will compete for each order of the $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts for machining and fabrication requirements in support of the development, maintenance and sustainment of systems, sub-systems, equipment and components. The Platform and Launch Systems Division, Naval Surface Warfare Center, Crane, Indiana, in support of the strategic systems program, requires the establishment of multiple award contracts for the purpose of competing machining and fabrication requirements to manufacture new parts, and major overhaul of existing parts for systems in the operation and sustainment phase of their lifecycle. This acquisition provides support for Trident missile launcher subsystems, fire control and guidance subsystems and navigational subsystems. Work locations will be determined by individual task orders and is expected to be complete by September 2025, and if all options are exercised, work is expected to be complete by September 2030. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $19,250 will be obligated at time of award and will not expire at the end of the current fiscal year. These multiple award contracts were set-aside for small business concerns in accordance with 10 U.S. Code 2304(b)(2). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. MEB General Contractors Inc., Chesapeake, Virginia, is awarded a $43,681,000 firm-fixed-price contract for construction of dry dock flood protection improvements located at Norfolk Naval Shipyard, Virginia. The work includes subsurface cutoff wall for construction of cast-in-place concrete flood wall with manual flood gates, utility valve vaults, Dry Dock 1 and 3 caisson gunwale and seal extension and incidental related work in the small dock area of Norfolk Naval Shipyard. Work will be performed in Portsmouth, Virginia, and is expected to be completed by June 2023. Fiscal 2020 military construction contract funds in the amount of $43,681,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with six proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0063). Huntington Ingalls Inc., Pascagoula, Mississippi (N00024-20-C-6319); Lockheed Martin Corp., Baltimore, Maryland (N00024-20-C-6320); Bollinger Shipyards Lockport LLC, Lockport, Louisiana (N00024-20-C-6316); Marinette Marine Corp., Marinette, Wisconsin (N00024-20-C-6317); Gibbs & Cox Inc., Arlington, Virginia (N0002420C6318); and Austal USA LLC, Mobile, Alabama (N00024-20-C-6315), are each being awarded a firm-fixed price contract for studies of a Large Unmanned Surface Vessel with a combined value across all awards of $41,985,112. Each contract includes an option for engineering support, that if exercised, would bring the cumulative value for all awards to $59,476,146. The contract awarded to Huntington Ingalls Inc. is $7,000,000; the contract awarded to Lockheed Martin Corp. is $6,999,978; the contract awarded to Bollinger Shipyards Lockport LLC, is $6,996,832; the contract awarded to Marinette Marine Corp. is $6,999,783; the contract awarded to Gibbs & Cox Inc. is $6,989,499; and the contract awarded to Austal USA LLC is $6,999,020. Work will be performed in various locations in the contiguous U.S. in accordance with each contract and is expected to be complete by August 2021, and if option(s) are exercised, work is expected to be complete by May 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount $41,985,112 will be obligated at time of award and will not expire at the end of the current fiscal year. These contracts were competitively procured via Federal Business Opportunities (now beta.SAM.gov) with eight offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. National Steel and Shipbuilding Co., San Diego, California, is awarded a $35,553,202 fixed-price-incentive modification to previously-awarded contract N00024-19-C-2235 to incorporate Engineering Change Proposal H-004, Forward House Habitability Modification in support of Expeditionary Sea Base (ESB) 6 and ESB 7. This Engineering Change Proposal is applicable to ESB 6 and ESB 7 to modify the existing ESB class berthing requirement to support an additional 100 military crewmembers and is deemed essential to Fleet operational requirements planned for this class of ships. Work will be performed in San Diego, California, and is expected to be completed by January 2024. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $18,511,945 (52%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $17,041,257 (48%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Bath, Detachment San Diego, San Diego, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $12,529,557 cost-plus-fixed-fee modification to previously awarded contract N64267-18-C-0132 to exercise options for Aegis design agent field engineering services. The services include test and evaluation, engineering change development, ordnance and ship alterations, modernization engineering, logistics and technical support, ordnance alterations kit development, integration and test support, AN/SPY-1 series radar antenna refurbishment and Coast Guard deep-water program design agent field engineering support. These services are in support of Aegis-equipped guided missile cruisers and destroyers, allied Aegis-equipped ships and Coast Guard Aegis-configured ships. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Yokosuka, Japan (17%); Wallops Island, Virginia (6%); Pearl Harbor, Hawaii (5%); Pascagoula, Mississippi (4%); Port Hueneme, California (4%); and Rota, Spain (4%), and is expected to be completed by September 2021. Fiscal 2020 other procurement (Navy) funds in the amount of $1,566,205 (75%); and fiscal 2020 operations and maintenance (Navy) funds in the amount of $272,303 (25%), will be obligated at time of award and $272,303 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. Invicta Defense LLC,* Fort Worth, Texas, is awarded a $8,064,483 indefinite-delivery/indefinite-quantity contract for transportation management and logistic support services at Naval Support Activities Andersen Air Force Base, Guam. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and other items necessary to accomplish all work to perform transportation management and logistics support services at Naval Support Activities, Andersen Air Force Base, Guam. The maximum dollar value including the base period and one option period is $22,300,325. Work will be performed at Naval Support Activities, Andersen Air Force Base, Guam, and is expected to be completed by June 2022. Fiscal 2020 operations and maintenance (O&M) (Navy); and O&M (Air Force) in the amount of $8,064,483 are obligated on this award. This contract was competitively procured via the beta.sam.gov with five proposals received. Naval Facilities Engineering Command Marianas, Guam, is the contracting activity (N40192-20-D-7040). ARMY Carnegie Mellon University, Pittsburgh, Pennsylvania, was awarded a $70,000,000 cost-no-fee contract to research and develop a new translational research methodology that leverages autonomy and artificial intelligence to minimize time spent on low-impact, high-time activities. Bids were solicited via the internet with 999 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-20-D-0008). (Awarded Sept. 3, 2020) Goldbelt Frontier LLC,* Alexandria, Virginia, was awarded a $36,828,500 hybrid (firm-fixed-price, time-and-materials) contract for equipment maintenance and repair and administrative, advisory, inventory and training services at U.S. Army Medical Research and Development Command/Defense Health Agency. 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 Sept. 4, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-D-0062). SLSCO Ltd, Galveston, Texas, was awarded a $29,177,910 modification (P00007) to contract W912PP-19-C-0018 to provide all labor, material and equipment necessary to design and construct approximately 48.4 miles of three-phase power distribution, lighting and all necessary supports, closed circuit, linear ground detection system and electronic equipment shelters. Work will be performed in Santa Teresa, New Mexico, with an estimated completion date of Sept. 2, 2021. Fiscal 2019 and 2020 operations and maintenance (Army) funds in the amount of $29,177,910 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Lockheed Martin Missile Fire Controls, Grand Prairie, Texas, was awarded a $23,067,054 modification (P00017) to contract W31P4Q-19-C-0101 for the purchase of production parts for the production of M142 High Mobility Artillery Rocket System launchers. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 30, 2023. Fiscal 2019 missile procurement (Army) funds; 2020 United States Marine Corp funds; and 2020 Foreign Military Sales (Romania, Singapore, United Arab Emirates, Jordan and Finland) funds in the amount of $23,067,054 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. WHH Nisqually-Garco JV 2,* Olympia, Washington, was awarded a $20,217,000 firm-fixed-price contract for construction of a 29,000 square-foot modified tactical equipment maintenance facility. Bids were solicited via the internet with four received. Work will be performed in Yakima, Washington, with an estimated completion date of May 17, 2022. Fiscal 2019 military construction (Army Reserve) funds in the amount of $20,217,000.00 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0035). Kokosing Construction Co.; and O'Brien & Gere JV, Fredericktown, Ohio, was awarded a $10,281,100 firm-fixed-price contract to provide 24/7 construction management services that include extensive water treatment management services and dredging material disposal and related services at the Indiana Harbor & Canal Confined Disposal Facility. 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 Sept. 30, 2021. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-16-D-0004). Technical and Project Engineering LLC,* Alexandria, Virginia, was awarded a $9,221,888 firm-fixed-price contract to provide computer programming support services to Headquarters, Department of the Army; U.S. Army Training and Doctrine Command; U.S. Army Special Operations Command; the Office of the Chief of Army Reserve; Army National Guard; and TRADOC Centers of Excellence. Bids were solicited via the internet with three received. Work will be performed in Alexandria, Virginia, with an estimated completion date of Sept. 6, 2024. Fiscal 2020 operations and maintenance (Army) funds in the amount of $9,221,888 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-F-0446). K&K Industries Inc.,* Junction City, Kansas, was awarded an $8,431,214 firm-fixed-price contract for construction of a maintenance storage facility at Whiteman Air Force Base. Bids were solicited via the internet with eight received. Work will be performed at Whiteman Air Force Base, Missouri, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 military construction (defense-wide) funds in the amount of $8,431,214 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4009). Huckstep Holdings Corp., doing business as Techwise,* Colorado Springs, Colorado, was awarded a $7,891,131 firm-fixed-price contract to provide air traffic control service for Fort Bliss, Texas. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2025. The 418th Contracting Support Brigade, Fort Bliss, Texas, is the contracting activity (W911SG-20-D-0002). Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,697,480 firm-fixed-price contract for the overhaul and repair of fuel engine controls for the CH-47 Chinook. Bids were solicited via the internet with one received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of July 31, 2021. Fiscal 2020 Army working capital funds in the amount of $7,697,480 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0556). Definitive Logic Corp., Arlington, Virginia, was awarded a $7,090,619 modification (P00004) to contract W912HZ-18-F-0339 to provide all personnel, supervision and services necessary to maintain and integrate the Comprehensive Planning Platform. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 3, 2021. Fiscal 2018, 2019 and 2020 operations and maintenance (Air Force) funds in the amount of $7,090,619 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity. AIR FORCE Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded an estimated $66,851,248 requirements contract for the supply chain management of the AN/ALQ-155, AN/ALQ-161, AN/ALQ-184 and AN/APN-241 systems. This contract provides for repairs, spares and engineering services for the mentioned systems. Work will be performed at Warner Robins, Georgia, and is expected to be completed Sept. 9, 2028. This award is the result of a sole-source acquisition. Fiscal 2020 defense working capital funds are being used and no funds are being obligated at the time of the award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0012). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $33,394,848 cost-plus, award-fee task order under the Ground Subsystems Sustainment contract to definitize an undefinitized contract action issued for Minuteman III general sustainment. Work will be performed in Ogden, Utah, and is expected to be completed Aug. 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $4,177,579 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-20-F-0082-PZ0001). Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded an estimated $24,296,844 firm-fixed-price requirements contract for the repair and overhaul of augmentor fuel control and augmentor fuel pump located on the F100-PW-229 engine. Work will be performed in Windsor Locks, Connecticut, and is expected to be completed Sept. 3, 2025. This contract includes Foreign Military Sales contract line items and is the result of a sole-source acquisition. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-20-D-0010). Benham Design, Oklahoma City, Oklahoma (FA4419-20-D-0002); and SLA+Cyntergy JV, Wichita Falls, Texas (FA4419-20-D-0003), have collectively been awarded a multiple year $20,000,000 indefinite-delivery/indefinite-quantity architect and engineer contract. This contract provides for architect and engineering Services at Altus Air Force Base, Oklahoma; and Sheppard AFB, Texas. Work is expected to be completed Sept. 3, 2025, and is the result of a competitive acquisition with seven offers received. Fiscal 2020 operations and maintenance funds in the total amount of $57,990 will be obligated at the time of award. The 97th Contracting Flight Altus AFB, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Campbell Oil Co.,* Elizabethtown, North Carolina (SPE605-20-D-8505, $53,178,404); Petroleum Traders Corp.,* Fort Wayne, Indiana (SPE605-20-D-8526, $31,184,840); Brad Hall and Associates Inc.,* Idaho Falls, Idaho (SPE605-20-D-8512, $14,957,834); and Lykins Energy Solutions,* Milford, Ohio (SPE605-20-D-8514, $12,104,624), have each been awarded a minimum fixed-price with economic-price-adjustment contract under solicitation SPE605-20-R-0028 for various types of fuel. These were competitive acquisitions with 45 responses received. They are five-year contracts with one one-month option period. Locations of performance are Idaho, Ohio, Indiana, Alabama, Arkansas, Florida, Georgia, Louisiana, Mississippi, Missouri, North Carolina and South Carolina, with a Sept. 30, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard, Defense Logistics Agency, Department of Defense, National Aeronautics and Space Administration and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded August 31, 2020) Akorn Inc., Lake Forest, Illinois, has been awarded a maximum $42,080,784 indefinite-delivery/indefinite-quantity contract for numerous pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Illinois, with a Sept. 3, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0011). Airgas Nitrogen Services LLC, Abita Springs, Louisiana, has been awarded a maximum $17,649,805 firm-fixed-price, requirements type contract for gaseous nitrogen. This was a restricted acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a five-month contract with no option periods. Locations of performance are Louisiana and California, with a Jan. 31, 2021, performance completion date. Using customer is Space Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy-Aerospace Energy, San Antonio, Texas (SPE601-20-D-1502). Stonewin LLC,* Miami, Florida, has been awarded a minimum $14,397,083 fixed-price with economic-price-adjustment contract under solicitation SPE605-20-R-0028 for various types of fuel. This was a competitive acquisition with 45 responses received. This is a five-year contract with one six-month option period. Locations of performance are Alabama, Arkansas, Florida, Georgia, Louisiana, Mississippi, Missouri, North Carolina and South Carolina, with a Sept. 30, 2025, performance completion date. Using services are Army, Navy, Air Force, Marine Corps, National Guard, Defense Logistics Agency, Department of Defense, National Aeronautics and Space Administration and federal civilian agencies. Type of appropriation is fiscal 2020 through fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-20-D-8525). (Awarded Sept. 2, 2020) CORRECTION: The contracts announced on Aug. 28, 2020, for Petro Star, Inc.,* Anchorage, Alaska (SPE605-20-D-4008, $62,088,432); Delta Western LLC, Seattle, Washington (SPE605-20-D-4002, $32,629,727); Crowley Government Services, Jacksonville, Florida (SPE605-20-D-4005, $26,468,885); and Petro 49 Inc.,* doing business as Petro Marine Services, Seward, Alaska (SPE605-20-D-4009, $15,852,473), under solicitation SPE0600-20-R-0222, were announced with an incorrect award date. The correct award date is Aug. 30, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2337845/source/GovDelivery/

  • Jumping into algorithmic warfare: US Army aviation tightens kill chain with networked architecture

    9 septembre 2019 | International, Aérospatial

    Jumping into algorithmic warfare: US Army aviation tightens kill chain with networked architecture

    By: Jen Judson NAVAL AIR WEAPONS STATION CHINA LAKE, Calif. — In the skies above China Lake, California, from the back of an MH-47 Chinook cargo helicopter, an operator with a tablet takes control of a Gray Eagle drone and tasks it with firing a small, precision-glide munition at an enemy target located on the ground. But at the last second, a higher level threat is detected and the munition is rapidly redirected toward a different threat, eliminating it within seconds. This was made possible through the architecture, automation, autonomy and interfaces capability, or A3I, built by the Army's Future Vertical Lift Cross-Functional Team under Army Futures Command. The demonstration showed the ability to nimbly pass control between operators of unmanned systems and munitions through a networked architecture of systems also receiving and filtering real-time, pertinent information to aid in operational decision-making. “It was our first jump into algorithmic warfare,” Brig. Gen. Wally Rugen, who is in charge of the Army's FVL modernization effort, told Defense News following the demonstration. “We definitely didn't jump into the deep end of the pool, but we jumped in and, again, we are into pursuing that as far as we can take it to help soldiers be lethal.” The Aug. 26 demonstration sought to tighten the kill chain and allow for more advanced teaming between air assets and troops on the ground using a resilient network. “When you talk about our kill chain, we are trying to take seconds out of our kill chain,” Rugen said. “We feel like we understand the reverse kill chain — the enemy coming to get us. Our kill chain is going to get them, and we want our decision-making to be as precise and as expeditious as possible,” using automation and autonomy, he added. AI3 was developed over the course of nine months and culminated in the demonstration at China Lake. "Going from a concept, and in a matter of months putting it into an experiment: That was probably the most impressive thing, particularly if you look back at the history of how we do these,” James McPherson, the official performing the duties of the undersecretary of the Army, told Defense News. McPherson attended the demonstration to emphasize the importance to senior Army leadership of modernization efforts within the service. The FVL effort in particular includes ensuring manned, unmanned, munition and other air-launched effects are all seamlessly networked together to fight in advanced formations in a congested environment, such as an urban area, and that they are prepared to fight across multiple domains. Using an interface called Arbitrator, the service networked together a variety of targeting identification and rapid automated processing, exploitation and distribution, or PED, capabilities as well as real-time weather information and several other features and capabilities to help operators of unmanned systems penetrate, in the case of the demonstration, an urban environment. AI3 in action During the demo, one of the systems integrated into the network tied to a ground sensor detected a possible threat on the ground. Seeing the threat detected in the system, a helicopter pilot then gained control of an extended-range Gray Eagle and tasked it to perform reconnaissance of the possible target. Using the UAS, the pilot identified the threat as an enemy surface-to-air missile system. The pilot then ordered the UAS to fire a Dynetics GBU-69 small glide munition to defeat the target, marking the first time the munition had been fired from a Gray Eagle. But as the munition closed in on the target, the system picks up on another threat deemed more important for elimination. The information for this decision came from the integrated PED systems that use machine-learning algorithms to accurately identify items of interest. Another operator then redirected the munition during its final seconds of flight to hit the new, more pressing threat. Why does the Army need A31 capability? To build the system, the government took the lead integration role, Chief Warrant Officer 5 Cory Anderson, the UAS branch chief for Army Special Operations Aviation Command, said at the demonstration. This ensured the service's ability to get the right levels of interoperability between subsystems. But almost all of the capabilities tied into the government's black box came from small businesses and academia. Much of the initial development has come from the special operations side of the house. The demonstration was viewed from a tactical operations center, with screens lining the walls of a large air-conditioned trailer, but the system has a scalable control interface and can be remotely accessed from a cockpit or even a tablet used by a soldier on the ground. This breaks the Army free from having to use a ground control station, Anderson said, meaning the footprint and logistics tail can be drastically reduced. To put together the tactical operations center and ground control station, it took roughly seven C-17 planes to move heavy equipment into China Lake. “We can't sustain that,” Anderson said. “We believe we can get it down to a two C-17 load-out just by minimizing the generational requirements alone.” By integrating PED systems that use machine learning into A3I, the Army no longer requires a large number of people — roughly 30 at a time — to conduct PED from full-motion video. The Arbitrator system allows for operators to pass control of various systems back and forth at different levels of control, from just receiving information from a sensor or UAS to controlling a payload to the entire system. The system is also under development to improve its automation levels. The utility of passing control to a relevant operator not tied to a ground station means taking out the middle man that doesn't have the same advantageous access to the tactical edge another possible operator might have. Rugen said that if there's an operator on the ground close to the action, it's much easier to take control of systems rather than try to direct someone far away to the right location to get eyes on a possible point of interest or target in order to make an actionable decision. “What if the squad leader could just grab the sensor because we have the hierarchy?” Rugen noted. While the capability was developed and demonstrated by the FVL Cross-Functional Team, the system has applications for almost everything on the battlefield, from applications to long-range precision fires targeting capabilities to next-generation combat vehicle teaming to soldier systems. Both directors for the Long-Range Precision Fires and the Network cross-functional teams were present at the demonstration. While the unclassified version of the demo didn't show capability, the classified version addresses the architecture's capability to protect itself against threat-representative electronic attack. “We want to make sure we have a resilient network,” Rugen said. The next step is to move the Arbitrator system onto an airborne platform, which would completely eliminate the ground control station. That will be demonstrated in roughly a year. https://www.defensenews.com/land/2019/09/05/jumping-into-algorithmic-warfare-army-aviation-tightens-kill-chain-with-networked-architecture/

  • Raytheon Missiles & Defense awarded $207 million counter-UAS contract

    11 octobre 2022 | International, Terrestre

    Raytheon Missiles & Defense awarded $207 million counter-UAS contract

    As part of the U.S. Army’s Low, slow, small unmanned aircraft Integrated Defeat System, called LIDS, KuRFS provides advanced 360-degree threat detection, while Coyote low-cost effectors defeat drones.

Toutes les nouvelles