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

Contract Awards by US Department of Defense - November 6, 2018

DEFENSE LOGISTICS AGENCY

Calpine Energy Solutions LLC, San Diego, California, has been awarded a $67,252,189 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a 36-month contract with no option periods. Locations of performance are Illinois, Pennsylvania, Maryland and California, with a Dec. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE60419D8000).

Loc Performance Products Inc.,* Plymouth, Michigan, has been awarded a maximum $52,389,123 fixed-price, indefinite-delivery/indefinite-quantity contract for truck final drives. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Michigan, with an April 30, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting agency is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0015).

Direct Energy Business LLC, Iselin, New Jersey, has been awarded a $44,276,459 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with 11 offers received. This is a 36-month contract with no option periods. Locations of performance are Maryland, Washington, District of Columbia, and New Jersey, with a Dec. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE60419D8001).

Kinder Morgan Tank Storage Terminal LLC, Carson, California, has been awarded a $40,510,848 firm-fixed-price contract to receive, store and ship aviation fuel. This was a competitive acquisition with one offer received. This is a four-year contract with one five-year option period. Location of performance is California, with a Nov. 9, 2022, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal year 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-19-C-5001).

ARMY

M.C. Dean Inc., Tysons Corner, Virginia (W912GB-19-D-0002); and PAE Professional Services LLC, Falls Church, Virginia (W912GB-19-D-0001), will compete for each order of the $49,900,000 firm-fixed-price contract for construction surveillance services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 2, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity.

DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $17,274,668 modification (P00032) to contract W56HZV-16-C-0028 for Joint Assault Bridges. Work will be performed in West Plains, Missouri, with an estimated completion date of May 11, 2024. Fiscal 2018 other procurement, Army funds in the amount of $17,274,668 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

AIR FORCE

Applied Research Solutions, Beavercreek, Ohio, has been awarded a $38,788,878 cost-plus-fixed-fee contract, plus an option amount of $5,967,447, for sensing, learning, autonomy, and knowledge engineering research and development. This contract is to conduct research and develop multi-domain technologies and strategies to orchestrate closed-loop sensing that manages knowledge from environment understanding to mission effects, across multiple missions. Work will be performed at Wright-Patterson Air Force Base and in Dayton, Ohio, and is expected to be completed by March 4, 2024. Fiscal 2019 research and development funds in the amount of $1,254,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-19-C-1692).

Honeywell International Inc., Albuquerque, New Mexico, has been awarded a $7,838,175 firm-fixed-priced contract for the repair and upgrade of the C-5M Super Galaxy's Versatile Integrated Avionics/Avionics Integrated Units (VIA/AIUs) repair and upgrade. This order subsumes all work on previous order FA8625-18-F-6801, providing for the repair and upgrade of 85 of the existing -903 and -904 configuration VIA/AIUs to the -905 configuration. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by July 5, 2020. This award is the result of a sole-source acquisition. Fiscal 2017 aircraft procurement funds in the amount of $7,146,972; and fiscal 2018 aircraft procurement funds in the amount of $691,203 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-19-F-6801).

NAVY

CACI Enterprise Solutions Inc., Chantilly, Virginia, was awarded a $26,241,210 firm-fixed-price, cost-plus-fixed-fee task order contract for integrated business systems support services. Information technology services in this contract will assist Military Sealift Command's (MSC) business systems and ashore operations branch manage, operate, and maintain the command's business systems, as well as interfaces with the Navy enterprise defense business systems. Additionally, this contract will allow MSC to integrate all of its business systems into a single, integrated business system to meet emergent and newly mandated requirements specifically, federal compliance mandates such as financial improvement and audit readiness, growing cybersecurity concerns, cloud migration, and interoperability and integration with Navy and federal programs of records. This integrated system is a new requirement, necessitating a single support contract to achieve interoperability, maintain and sustain fleet operations, and effect a total cost of ownership model. This contract includes one 12-month base period and four 12-month options which, if exercised, would bring the cumulative value of this contract to $125,367,596. Work will be performed in Norfolk, Virginia, and is expected to be completed Dec. 31, 2019. If options are exercised, work will continue through Dec. 31, 2023. Fiscal 2019 working capital funds (Navy and Transportation Command) in the amount of $19,718,408 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the National Institutes of Health Information Technology Acquisition and Assessment Center's CIO-SP3 website, with four offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519F1044). (Awarded Nov. 5, 2018)

CORRECTION: Contracts awarded on Oct. 25, 2018, to Central Lake Armor Express Inc.,* Central Lake, Michigan, for a ceiling of $59,369,617 (M67854-19-D-1509) incorrectly stated the production quantity. The correct quantity is 1,322,650 Plate Carrier Generation III - Soft Armor Inserts. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1683955/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - August 22, 2019

    27 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 22, 2019

    NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $90,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego, and Marine Corps Air Station, Miramar. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2626). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $64,838,526 cost-plus-incentive-fee contract for the Strategic Weapon System Fire Control Subsystem hardware, associated deliverables, and spares for production efforts supporting the second hull of the United Kingdom (U.K.) Dreadnought Class ballistic missile submarines, nuclear, recently named as HMS Valiant, and the U.K. Software Facility. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed Aug. 22, 2025. United Kingdom funds in the amount of $7,570,000 will be obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded on a sole-source basis to General Dynamics Mission Systems in accordance with 10 U.S. Code 2304 (c)(4) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio (N69450-19-D-0517); CORE Engineering & Construction Inc.,* Winter Park, Florida (N69450-19-D-0514); Healtheon Inc.,* New Orleans, Louisiana (N69450-19-D-0515); OAC Action Construction Corp.,* Miami, Florida (N69450-19-D-0518); Optimum Construction,* Lafayette, Louisiana (N69450-19-D-0516); and Signature Renovations LLC,* Loretto, Tennessee (N69450-19-D-0513), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contract for construction projects located within the Naval Support Activity (NSA) Mid-South area of responsibility. The maximum dollar value for the five-year ordering period for all six contracts combined is $45,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovations, alterations, demolition, roofing, repair work), including industrial infrastructure, administrative, training, dormitory and community support facilities. Signature Renovations LLC is awarded the initial task order at $234,859 for Building 789, chiller equipment upgrades, located at NSA Mid-South, Millington, Tennessee. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in Tennessee. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance Navy (O&M, N) contract funds in the amount of $239,859 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $44,454,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for UHF/VHF standard rack mounted receiver/transmitter radios and accessories to replace out-of-date, non-upgradable radios currently deployed at tactical training ranges worldwide in support of the Systems Replacement and Modernization Program. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by August 2024. Fiscal 2019 working capital funds (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,689,585 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0006). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $34,872,647 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for up to 505,560 man-hours of technical, engineering, operations and maintenance support for communication-electronic equipment/systems and subsystems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed at various locations outside the continental U.S. (90%); and California, Maryland (10%), and is expected to be completed in August 2024. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0077). Raytheon Co., Intelligence, Information and Services, Indianapolis, Indiana, is awarded a $29,919,648 cost-plus-fixed-fee order (N00421-19-F-0531) against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for the procurement of V-22 Software Support Activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations to include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2021. Fiscal 2017 and 2019 aircraft procurement (Navy); fiscal 2019 aircraft procurement (Air Force); fiscal 2018 and 2019 research, development, test and evaluation (Navy); and fiscal 2019 operation and maintenance (Air Force and Defense Wide) funds in the amount of $29,919,648 will be obligated at time of award, $13,464,417 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($17,456,960; 58%); the Air Force ($10,847,531; 36%); and the Department of Defense ($1,615,157; 6%). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $23,664,866 for modification P00017 to previously issued order 0025 placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for engineering, logistics, and program management of F/A-18A-D, E/F, and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $5,822,000 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. I.E.-Pacific Inc.,* Escondido, California, is awarded $13,231,000 for firm-fixed-price task order N62473-19-F-5136 under a previously awarded multiple award construction contract (N62473-17-D-4628) for construction of a supply warehouse and administrative facility at Marine Corps Base, Camp Pendleton. The work to be performed provides for construction of a new supply warehouse facility with administrative spaces that will consolidate all supply and administrative support functions for the School of Infantry, West, into one building. In addition, the project will construct an outdoor covered training structure to support and conduct training of personnel for assembly and equipment issuance. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $13,332,316. Work will be performed in Oceanside, California, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $13,231,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $11,456,209 for firm-fixed-price task order N62473-19-F-5115 under a previously awarded multiple award contract (N62473-17-D-4635) for construction of a satellite fire emergency response station in Area 27 of Marine Corps Base, Camp Pendleton. The building square footage should not exceed 15,285 square feet. The fire station is anticipated as a single-story building constructed with concrete masonry unit exterior bearing walls, concrete slabs, foundations and a steel frame supported standing seam metal roof. The complex will include administrative spaces, living quarters, changing areas, showers, laundry rooms, training facilities, storage spaces, a fitness room, kitchen/dining/day room facilities, a covered patio, bathrooms, maintenance areas, storage areas and vehicle apparatus bays. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $11,490,362. Work will be performed at Camp Pendleton, California, and is expected to be completed by June 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $11,456,209 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 Command, Southwest, San Diego, California, is the contracting activity. Insight Pacific LLC,* Brea, California, is awarded $8,577,620 for firm-fixed-price task order N62478-19-F-4209 under a previously awarded multiple award construction contract (N62478-18-D-4026) for repair and maintenance of pumps at Joint Base Pearl Harbor-Hickam. The work on Main Pumps 3 and 4 at Dry Dock 4 includes disassembly, removal, main pump overhaul, motor cleaning/repair rewind and reinstallation. The work will also include the repair/replacement of the pump thrust bearings, shaft, shaft couplings and sleeves, bearing supports, piping, baffle plates, hydraulic blade angle systems and controls, oil head and the complete removal and reinstallation of the existing pump impellers. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2021. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $8,577,620 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Raytheon Co., Tucson, Arizona, is awarded $7,229,582 for cost-plus-fixed-fee delivery order N00019-19-F-4153 against a previously issued basic ordering agreement (N00019-15-G-0003) in support of the Maritime Strike Tomahawk (MST) Rapid Deployment Capability. This delivery order provides for an updated technical data package of the guidance test set, upgrade of existing units to support the MST upgrades, including hardware, software. Work will be performed in Tucson, Arizona (85.2%); Logan, Utah (14%); and various locations within the continental U.S. (0.8%), and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,229,582 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. DEFENSE LOGISTICS AGENCY Phoenix Textile Corp., O'Fallon, Missouri, has been awarded a maximum $42,261,856 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical 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 Missouri, with an Aug. 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0006). CORRECTION: The contract announced on Aug. 15, 2019, for Sysco Alabama, Calera, Alabama (SPE300-19-D-3234), for $37,893,960, was announced with an incorrect award date. The correct award date is Aug. 20, 2019. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY The University of Southern California, Marina del Rey, California, was awarded a $19,843,137 cost-no-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Marina del Rey, California; Arlington, Virginia; and Columbia, Maryland, with an expected completion date of August 2023. Fiscal 2019 research, development, test and evaluation funding in the amount of $2,905,000 are being obligated at time of award. This contract was a competitive acquisition under a broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0084). ARMY Weeks Marine Inc., Covington, Louisiana, was awarded an $8,385,050 firm-fixed-price contract for furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. One bid was solicited with one bid received. Work will be performed in Lafourche, Louisiana, with an estimated completion date of Jan. 7, 2020. Fiscal 2019 operations and maintenance, Recovery Act, civil funds in the amount of $8,385,050 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0061). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1941859/source/GovDelivery/

  • Pentagon makes early pick for hypersonic interceptor developer

    29 septembre 2024 | International, Terrestre

    Pentagon makes early pick for hypersonic interceptor developer

    The Missile Defense Agency has chosen Northrop Grumman to design an interceptor capable of defeating hypersonic weapons in the glide phase of flight.

  • Armement : les prises de commande à l'exportation de l'industrie française se sont élevées à 8,3 milliards d'euros en 2019

    2 juin 2020 | International, Terrestre

    Armement : les prises de commande à l'exportation de l'industrie française se sont élevées à 8,3 milliards d'euros en 2019

    Le bilan des exportations d'armement françaises 2019 atteint le montant de 8,3 milliards d'euros, selon les chiffres de La Tribune. Les ventes d'armes françaises baissent de 11,1% par rapport à 2018 (9,1 milliards), une année où la France avait enregistré sa troisième meilleure performance en 20 ans ; toutefois les prises de commande en 2019 consolident la place de la France dans le top 5 des exportateurs mondiaux. La Tribune rappelle que sur 10 ans, l'industrie d'armement française a vendu pour plus de 86 milliards d'euros d'armements à l'exportation. La part des achats de systèmes d'armes français par des pays européens progresse par rapport à 2018 (25%), avec 45 % du total des prises de commande de 2019, gr'ce notamment à la signature de trois grands contrats : Naval Group en Belgique, Airbus Helicopters en Hongrie (hélicoptères H225M et H145M) et Thales et Airbus en Espagne (satellites de communication sécurisée, Spainsat NG I et II). La Tribune du 2 juin

Toutes les nouvelles