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

Contract Awards by US Department of Defense - November 9, 2018

DEFENSE LOGISTICS AGENCY

Science Applications International Corp.,* Fairfield, New Jersey, has been awarded a $900,310,334 firm-fixed-price, requirements contract for supply and supply chain management of certain tires, supporting the Global Tire Program integrator contract. This was a competitive acquisition with two responses received. This is a five-year base contract with two two-year option periods, plus four two-month option periods. Locations of performance are Texas and other areas located outside the continental U.S., with a March 8, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and foreign military sales. Type of appropriation is fiscal 2019 through 2024 defense working capital funds; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0029).

WGL Energy Services Inc., Vienna, Virginia, has been awarded a $137,122,332 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 two-year contract with no option periods. Locations of performance are Maryland; Washington, District of Columbia; and Pennsylvania, with a Dec. 31, 2020, performance completion date. Using customers are Army, Navy, Defense Logistics Agency, Defense Intelligence Agency, Defense Information Systems Agency and other federal civilian agencies. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8004).

Ziehm Imaging, Orlando, Florida, has been awarded a maximum $135,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for radiology systems, accessories and training. This is a five-year base contract with one five-year option period. This was a competitive acquisition with 50 responses received. Location of performance is Florida, with a Nov. 8, 2028, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0004).

Constellation NewEnergy Inc., Baltimore, Maryland, has been awarded a $23,896,130 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 two-year contract with no option periods. Locations of performance are Maryland, New Jersey, Illinois and Pennsylvania, with a Dec. 31, 2020, performance completion date. Using customers are Army, Air Force, Defense Intelligence Agency, Defense Contract Management Agency and other federal civilian agencies. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8003).

Direct Energy Business LLC, Iselin, New Jersey, has been awarded a $7,082,242 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 two-year contract with no option periods. Locations of performance are Maryland; Washington, District of Columbia; and Ohio, with a Dec. 31, 2020, performance completion date. Using customers are Marine Corps, Defense Logistics Agency and the Computer Science Study Group. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-19-D-8004).

NAVY

Enterprise Services LLC, Herndon, Virginia, is awarded a potential maximum value $485,965,204 modification under a previously awarded indefinite-delivery/indefinite-quantity existing Next Generation Enterprise Network contract (N00039-13-D-0013). This modification will add a new option period that will extend the potential ordering period by eight months from Oct. 1, 2019, through May 31, 2020. Current and future work will be performed throughout the U.S., Europe, Guam, Korea and Japan. No additional funding will be placed on contract or obligated at the time of modification award. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), One source or limited sources (Federal Acquisition Regulation subpart 6.302-1). This action is a result of a justification and approval that authorizes extending the ordering period. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded $109,531,179 for modification P00001 to a previously awarded cost-plus-incentive-fee contract (N00030-19-C-0001) to provide research into the applications of technologies to meet guidance requirements for operations on the common missile compartment for the U.S. Columbia-class program and the United Kingdom Dreadnought-class program; provide specialized technical knowledge and support for the hypersonic guidance, navigation and control application; provide technical and engineering services to support the guidance, navigation and control system that will support the Navy's hypersonic flight experiments. Work will be performed in Cambridge, Massachusetts (81 percent); and El Segundo, California (19 percent), with an expected completion date of Sept. 30, 2019. Fiscal 2019 weapons procurement (Navy) funds in the amount of $11,306,900; operations and maintenance (Navy) funds in the amount of $92,708,279; and United Kingdom funds in the amount of $5,516,000 will be obligated. Funds in the amount of $92,708,279 will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

KBR Diego Garcia LLC, Houston, Texas, is awarded a $61,979,897 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-3600) to exercise Option One for base operations support services at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for general management and administration services; command and staff (information technology services, information technology support and management, telephone services, telecommunication services, antenna maintenance); public safety (fire protection and emergency services); air operations (ground electronics, airfield facilities, and passenger terminal and cargo handling); port operations; supply (supply services and petroleum, oil and lubricant management and operations, and ship's store service activities); morale, welfare and recreation support; galley; bachelor quarters; facilities support (facility management, facility investment sustainment, restoration and modernization, custodial, pest control, integrated solid waste management, grounds maintenance, and pavement clearance); utilities (electrical, compressed gases, wastewater, steam, hot water and demineralized water, and potable water); base support vehicles and equipment; and environmental to provide integrated base operating services. After award of this option, the total cumulative contract value will be $118,107,288. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Air Force); and fiscal 2019 non-appropriated funds in the amount of $43,553,618 for recurring work will be obligated on individual task orders issued during the option period, of which $42,716,660 will expire at the end of the current fiscal year, and $836,958 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Navy Transportation Partners JV, Virginia Beach, Virginia, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for traffic engineering and planning services in support of projects primarily located at military installations in the Hampton Roads area of Virginia. The work to be performed provides for comprehensive architect-engineering services required for transportation planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design. Task order 0001 is being awarded at $199,921 for the design of an anti-terrorism perimeter and security entry point at Rome, New York. Work for this task order is expected to be completed by September 2019. All work on this contract will be performed at various Navy facilities and other government facilities within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility including, but not limited to the Hampton Roads area of Virginia. The term of the contract is not to exceed 60 months with an expected completion date of November 2023. Fiscal 2018 military construction, (Air Force) contract funds in the amount of $199,921 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9008).

Colonna's Shipyard Inc., Norfolk, Virginia, is awarded a $10,473,071 firm-fixed-price contract for a 121-calendar day shipyard availability for the regular overhaul and dry docking of USNS Zeus (T-ARC 7). Work will include furnishing general services for the ship, inspect main propulsion motors, cable handling upgrades, heavy overboard system replacement, antenna mast modification, high precision acoustic positioning upgrade, docking and un-docking vessel, propeller shaft inspection, underwater hull cleaning and painting, freeboard cleaning and painting, and sea valve replacement. The contract includes options which, if exercised, would bring the total contract value to $13,429,595. Work will be performed in Norfolk, Virginia, and is expected to be completed by April 13, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $13,429,595 are obligated at the time of award. Contract funds will not expire. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4151).

ARMY

AECOM Energy & Construction Inc., Greenwood Village, Colorado, was awarded an $117,338,000 firm-fixed-price contract for major rehabilitation, demolition, temporary facilities, surveying, dewatering and protecting lock chamber, blasting, removing and replacing horizontal concrete at Illinois River Basin, LaGrange Lock and Dam. Bids were solicited via the internet with one bid received. Work will be performed in Versailles, Illinois, with an estimated completion date of July 16, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of 24,700,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-19-C-0002).

VERSAR Inc., Springfield, Virginia, was awarded a $25,000,000 firm-fixed-price contract for support program management, contract administration, project engineering, quality assurance, real estate, and support staff for continued operations in Iraq. Bids were solicited via the internet with six bids received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2023. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-18-D-0012).

IDS International Government Services LLC, Arlington, Virginia, was awarded a $22,037,300 firm-fixed-price contract for operations and maintenance (O&M) services for critical infrastructure, facilities, and Afghan national O&M vocation training for Combined Security Transition Command-Afghanistan in the planning and construction of Afghanistan National Security Forces facilities. One bid was solicited via the internet with once bid received. Work will be performed in Afghanistan with an estimated completion date of March 11, 2019. Fiscal 2018 Afghan Security Forces Funding funds in the amount of $14,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-C-0003).

CORRECTION: A Thursday, Nov. 8, 2018, announcement that Deloitte & Touche LLP, Arlington, Virginia, was awarded an $18,056,941 firm-fixed-price contract to provide a cyberspace analytics capability was incorrect. That contract has not yet been awarded.

CORRECTION: A Thursday, Nov. 8, 2018, announcement that Parsons Government Services Inc., Pasadena, California, was awarded a $15,837,195 firm-fixed-price contract to provide the Defensive Cyberspace Operations Mission Planning program was incorrect. That contract has not yet been awarded.

AIR FORCE

Pride Industries, Roseville, California, has been awarded a $14,193,270 modification (P00042) awarded for civil engineering services, and is for operations and maintenance, engineering, environmental, and grounds maintenance for 61st Civil Engineer and Logistics Squadron. Work will be performed at Los Angeles Air Force Base, California; Fort MacArthur, California; and Defense Contract Management Agency, Carson, California, and is expected to be completed by Nov. 30, 2019. Fiscal 2019 operations and maintenance funds in the amount of $10,429,104 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA2816-17-C-0001).

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1687755/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - January 24, 2020

    27 janvier 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    ARMY Longbow LLC, Orlando, Florida, was awarded a $235,794,870 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Republic of Korea (South Korea), Greece, India, India, Indonesia, Kuwait, Netherlands, Qatar, Saudi Arabia, Taiwan, United Arab Emirates and United Kingdom) contract for procurement of production support services for the Fire Control Radar System for the Apache attack helicopter. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2025. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0009). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded a $94,213,911 firm-fixed-price contract for full food services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2025. Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-D-0003). United Materials of Great Falls,* Great Falls, Montana, was awarded an $8,450,955 firm-fixed-price contract for construction of new parking apron and connecting taxiways. Bids were solicited via the internet with one received. Work will be performed in Great Falls, Montana, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 military construction funds in the amount of $8,450,955 were obligated at the time of the award. U.S. Property and Fiscal Office, Helena, Montana, is the contracting activity (W9124V-20-C-0002). MCON LLC,* Wathena, Kansas, was awarded a $7,536,190 firm-fixed-price contract for raising the Missouri River levee system and installing relief wells. Bids were solicited via the internet with nine received. Work will be performed in Elwood, Kansas, with an estimated completion date of Jan. 23, 2022. Fiscal 2020 civil construction funds in the amount of $7,536,190 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-1009). AIR FORCE Rolls Royce Corp., Indianapolis, Indiana, has been awarded a $69,087,000 indefinite-delivery/indefinite-quantity contract for the T56 Engine Component Improvement Program (CIP). The T56 Engine CIP establishes a 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 engine. Work will be performed in Indianapolis, Indiana, and is expected to be complete by Dec. 31, 2029. Foreign Military Sales Fair Share funds in the amount of $385,938 are being obligated at the time of award. This award is the result of a sole source acquisition. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8626-20-D-0003). Graf Research Corp., Blacksburg, Virginia, has been awarded a $49,500,000 single award, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for research and development. This contract provides for applied and advanced research for the advancement of trusted and assured microelectronics technologies; trust assessment strategies in areas related to known and potential system vulnerabilities; development and implementation of mitigation strategies and methodologies to prevent vulnerabilities; development and implementation of mitigation strategies and methodologies to prevent vulnerabilities before mitigation is required. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 15, 2028. This award is the result of a Small Business Innovative Research III request for proposal. Fiscal 2019 research and development funds in the total amount of $5,999,985 are being obligated at the time of award for the first task order (FA8650-20-F-1880). The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-D-1879). EWR Radar Systems Inc., St. Louis, Missouri, has been awarded a $20,705,290 contract for the Portable Doppler Radar (PDR) program. This contract provides for the purchase of 22 PDR systems, with an option to purchase up to an additional 14 systems. Work will be performed in St. Louis, Missouri, and is expected to be complete by Jan. 24, 2023. This contract is the result of a sole-source acquisition. Fiscal 2018 and 2019 other procurement funds in the amount of $12,662,566 are being obligated at the time of award. The Aerospace Management Systems Division, Digital Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0033). L3 Harris Corp., Marietta, Georgia, has been awarded an $11,457,610 firm-fixed-price contract for repair services of electronic flight indicators and radar display units for the C‐130H Hercules. The work is expected to be complete by Jan. 24, 2025. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award as this is a requirements type contract. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-20-D-0003). Lockheed Martin Corp., Sunnyvale, California, has been awarded a $9,856,800 cost reimbursement contract modification (P00157) to previously awarded contract FA8810-08-C-0002 for a cross domain solution (CDS). The contract modification is for an updated CDS interface and associated hardware and software changes, as well as test, installation and checkout of the modified interface. Work will be performed at Boulder, Colorado; Aurora, Colorado; Azusa, California; and Sunnyvale, California. Work is expected to be completed by Jan. 21, 2021. Fiscal 2019 research and development funds are being obligated at the time of award. Total cumulative face value of the contract is $3,451,650,654. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. NAVY Advanced Technology Construction,* Tacoma, Washington (N44255-17-D-4004); Shape Construction Inc.,* Poulsbo, Washington (N44255-17-D-4006); Vet Industrial Inc.,* Bremerton Washington (N44255-17-D-4007); and Weldin Construction LLC,* Parker, Alaska (N44255-17-D-4008) are each being awarded a firm-fixed-price modification to increase the overall multiple award contract maximum, not-to-exceed amount for the indefinite-delivery/indefinite-quantity contract by $50,000,000 from $99,000,000 to $149,000,000, for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operation (AO). All work on this contract will be performed primarily within the NAVFAC NW AO that includes Washington state (92%); Alaska (2%); Idaho (1%); Montana (1%); Oregon (2%); and Wyoming (1%). Work for this contract may also be performed in the remainder of the U.S. (1%). The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities located primarily within the NAVFAC NW AO. Types of projects include, but are not limited to, administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. This procurement was set aside for historically underutilized business zone construction firms. The term of the contract is not to exceed 60 months, with an expected completion date of December 2021. Task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 12 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC NW, Silverdale, Washington, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $20,487,223 modification (P00003) to a previously awarded firm-fixed-price requirements contract (N00019-19-D-0024). This modification exercises the option to provide T56-A-427 engine depot repair to include repair of the power section, torque meter, gearbox and accessories in accordance with Navy depot manuals and approved repair practices. Work will be performed in San Antonio, Texas (70%); Winnipeg, Canada (25%); and Indianapolis, Indiana (5%), and is expected to be completed in January 2021. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Mission Systems and Training, Manassas, Virginia, is awarded a $16,851,140 cost-plus-incentive-fee and cost-only modification to a previously awarded contract N00024-18-C-5218 to produce Technical Insertion-20 Shore Site Systems and provide incremental funding in support of the continued development, integration and production of the Navy's AN/SQQ89-A(V)15 Surface Ships Undersea Warfare System. This option exercise is for the procurement of shore site systems to further develop TI-20 AN/SQQ-89A(V)15 systems. AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. The contract is for development, integration and production of future Advanced Capability Build and Technical Insertion baselines of the AN/SQQ-89A(V)15 USW Systems. This contract combines purchases for the Navy (85%); and the government of the Commonwealth of Australia (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Lemont Furnace, Pennsylvania (73%); Clearwater, Florida (24%); Syracuse, New York (2%); Marion, Massachusetts (1%); and is expected to be completed by June 2021. Fiscal 2016 shipbuilding and conversion (Navy) (35%); 2019 research, development, testing and evaluation (15%); 2020 other procurement (Navy) (15%); 2018 shipbuilding and conversion (Navy) (13%); FMS Australia (15%); and 2019 other procurement (Navy) (7%) funding in the amount $16,851,140 will be obligated at the time of award, and $2,617,132 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Vigor Marine LLC, Portland, Oregon, is awarded a $15,284,851 firm-fixed-price contract for a 75 calendar-day shipyard availability for the regular overhaul and dry-docking of USNS Charles Drew (T-AKE 10). Work will be performed in Portland, Oregon, and is expected to be completed by May 9, 2020. The maximum dollar value, including base period and six options is $15,284,851. Fiscal 2020 working capital funds in the amount of $14,629,243 are being obligated at the time of the award. Contract funds in the amount of $14,629,243 are obligated in fiscal 2020 and do not expire at the end of year. This contract was competitively procured with one company soliciting via the Federal Business Opportunities website and one offer received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-6172). Battelle Memorial Institute, Columbus, Ohio, is awarded a $14,484,290 modification to a previously awarded firm-fixed-price other transaction agreement (N66001-18-9-4703) in support of prototype project “Artificial Intelligence Enhanced Autonomy for Long-endurance System Operations” to design and implement autonomy software to support long-term, continuous autonomous operation goals of the Office of Naval Research's Future Naval Capabilities system prototype. This three-year modification includes no options. The period of performance is Jan. 24, 2020 - Jan. 23, 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $626,000 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. Work will be performed in Edinburgh, Scotland (32%); Cambridge, Massachusetts (26%); Fairfax, Virginia (18%); Woburn, Massachusetts (16%); and Concord, Massachusetts (8%). This other transaction agreement was competed under the authority of Section 815 of the National Defense Authorization Act for fiscal 016, Public Law 114-92, and permanently codified in 10 U.S. Code 2371b. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-18-9-4703). DEFENSE LOGISTICS AGENCY DNO Inc.,* Columbus, Ohio, has been awarded a maximum $48,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 36-month contract with no option periods. Locations of performance are Michigan and Ohio, with a Jan. 21, 2023, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S741). Seiler Instrument & Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $12,482,499 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mount telescopes. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Missouri, with a Jan. 25, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0059). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a $13,006,683 cost-plus-fixed-fee contract for the base period of the Glide Breaker program. This contract provides for the research, development and demonstration of a technology that is critical for enabling an advanced interceptor capable of engaging maneuvering hypersonic threats in the upper atmosphere. Work will be performed in Redondo Beach, California (73%); Mesa, Arizona (21%); Sacramento, California (4%); and Huntsville, Alabama (2%), with an estimated completion date of January 2021. Fiscal 2019 research and development funds in the amount of $13,006,683 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR0011-19-S-0008. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0025). Battelle Memorial Institute, Columbus, Ohio, has been awarded a $7,483,871 modification (P00003) for the option effort on previously awarded contract HR0011-19-C-0019. The contract is for research and development of an advanced networked sensor to detect and identify biological weapons of mass destruction threats in support of the SIGMA+ program. The modification brings the total cumulative face value of the contract to $9,985,170. Work will be performed in Columbus, Ohio (60%); and Cambridge, Massachusetts (40%), with an expected completion date of June 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,430,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2065636/source/GovDelivery/

  • HENSOLDT supplies all-round vision system for self-propelled wheeled howitzer from KNDS

    4 mars 2024 | International, Aérospatial

    HENSOLDT supplies all-round vision system for self-propelled wheeled howitzer from KNDS

    The order value is in the double-digit million range, SETAS will be integrated into the customer's RCH 155 self-propelled artillery gun. 

  • Three shipbuilding teams shortlisted to build new warships in UK

    14 décembre 2018 | International, Naval

    Three shipbuilding teams shortlisted to build new warships in UK

    Teams will receive contracts worth up to £5 million to push ahead with plans to build five new Type 31e warships. Three shipbuilding teams have been awarded multi-million-pound contracts to push ahead with plans to build five new Type 31e warships in the UK for the Royal Navy, Defence Minister Stuart Andrew has announced today in Portsmouth. The Minister revealed that teams led by BAE Systems, Babcock and Atlas Elektronik UK have been shortlisted for the competition to build the five frigates for £1.25 billion. Each group has today been awarded a contract worth up to £5 million to fund the next stage of their plans, with the preferred bidder for the design and manufacture of the ships due to announced by the end of next year. The MOD want the first ship delivered in 2023. Speaking at Her Majesty's Naval Base in Portsmouth, Defence Minister Stuart Andrew said: This is the first frigate competition the UK has run in a generation, and today we are funding three shipbuilding teams with extremely exciting concepts to continue developing their plans. Next year we will announce the winning bidder, and one of these designs will go on to bolster our future fleet with five new ships, creating UK jobs and ensuring our Royal Navy maintains a truly global presence in an increasingly uncertain world. The awarding of the contracts is a key milestone in the National Shipbuilding Strategy, which was launched in September 2017. The Strategy met the challenges set by an independent report written by Sir John Parker, a figure with a wealth of leadership and boardroom experience in shipbuilding, and was underpinned by the commitment to build the new Type 31e ships. The bold Type 31e programme will move through procurement at an unprecedented pace: the vessel will commence production within 3 years of the launch of the programme, far quicker than similar programmes of this type. The ships will make up the next generation of the Royal Navy fleet, along with eight Type 26 warships which will start being delivered from the mid-2020s. The names of all eight Type 26 frigates have now been announced, and the Defence Secretary Gavin Williamson has also outlined that they will be homed in Devonport. The decision on where the Type 31e frigates will be based is still to be made. The Minister made the announcement on-board HMS Diamond, which returned to Portsmouth last month having been in the Mediterranean. https://www.gov.uk/government/news/three-shipbuilding-teams-shortlisted-to-build-new-warships-in-uk

Toutes les nouvelles