9 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

Contract Awards by US Department of Defense – October 08, 2020

Navy

Gulf Warehousing Co., Doha, Qatar (N68171-21-D-0016); Marine Agency Co. Ltd, Pusan, Republic of Korea (N68171-21-D-0019); and Seaway Agencies Pty Ltd, Brisbane, Queensland, Australia (N68171-21-D-0030), are awarded an estimated $1,061,000,000 under the previously awarded request for proposals (N68171-20-R-0001) multiple award of firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies and nations, including Navy ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, NATO and other foreign vessels participating in U.S. military or NATO exercises and missions. The contracts will run concurrently and will include a five-year base ordering period with one five-year option, with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The ordering period of the contract is expected to be completed by October 2025; if all options are exercised, the ordering period will be completed by October 2030. Work will be performed in 30 geographic regions: United Arab Emirates (14%); Philippines (10%); Djibouti (7%); eastern U.S. and U.S. territories (6%); Southeastern Asia 2 (5%); Indian Ocean (5%); Republic of Korea (5%); South America (5%); Singapore (4%); western California (4%); Southeastern Asia 1 (3%); Bahrain (3%); Oman (3%); Oceania (2%); China and Russia (2%); United Kingdom/Western Europe (North Sea) (2%); Italy (2%); Eastern Europe/Black Sea (2%); Western Europe (Mediterranean) (2%); Northern Atlantic (2%); Panama (2%); North America (2%); Japan (1%); Greece (1%); Africa (1%); Middle East (1%); Central America (1%); Caribbean and Bermuda (1%); eastern U.S. territories (1%); and western U.S. territories (1%). Due to the fact that the specific requirements for husbanding support cannot be predicted at this time, more specific information about where the work will be performed cannot be currently provided. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $9,000 will be obligated ($3,000 on each of the three contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on beta.SAM.gov; Navy Electronic Commerce Online (NECO); and Euro NECO with 36 offers received. The Naval Supply Systems Command, Fleet Logistics Center, Sigonella, Naples Detachment, Italy, is the contracting activity. (Southeastern Asia 1 is aligned to the Pacific Islands [Palau, Fiji, French Polynesia, Kiribati, Marshall Islands, Micronesia, Nauru, New Caledonia-France, Papua New Guinea, Solomon Islands, Tonga, Tuvalu, Vanuatu and Western Samoa]. Southeastern Asia 2 is aligned to Southeastern Asian mainland countries [Brunei, Cambodia, Indonesia, Malaysia, Thailand and Vietnam].

Arete Associates, Northridge, California, is awarded a $17,976,258 firm-fixed-price modification to exercise Option Three of previously awarded contract N61331-18-D-0012 to provide Coastal Battlefield Reconnaissance and Analysis Block I systems. This option is for additional Coastal Battlefield Reconnaissance and Analysis (COBRA) Block 1 production systems. Work will be performed in Tucson, Arizona (35%); Destin, Florida (35%); and Santa Rosa, California (30%), and is expected to be completed by September 2021. No funding will be obligated at time of award and will be obligated at the time a delivery order is issued. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity.

McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $12,228,590 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-no-fee pricing to provide engineering support for Consolidated Afloat Networks and Enterprise Services to include technical and programmatic services for networking, communications and computer systems and associated certification and information assurance for new developments, current operations and planned upgrades. This one-year contract includes four one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $69,793,839. Work will be performed in the continental U.S.: San Diego, California (76%); Norfolk, Virginia (4%); Hawaii (4%); Washington, D.C. (3%); Charleston, South Carolina (3%); and outside continental U.S.: Japan (4%); Guam (2%); Bahrain (2%); and Italy (2%). The period of performance of the base award is from Oct. 8, 2020, through Oct. 7, 2021. If all options are exercised, the period of performance would extend through Oct.7, 2025. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as task orders are issued using other procurement (Navy); operations and maintenance (Navy); research, development, test and evaluation (Navy); shipbuilding construction (Navy); and other funding, which may include Foreign Military Sales; Program Directive Air; and Navy working capital fund. This contract was competitively procured via Request for Proposal N66001-19-R-0036, which was published on the beta.SAM.gov website. Two offers were received and one selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-21-D-0008).

ARMY

Ibis Tek Inc.,* Butler, Pennsylvania, was awarded a $229,062,184 firm-fixed-price contract for the Family of Heavy Tactical Vehicles protection kit. 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 April 7, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0095).

DEFENSE LOGISTICS AGENCY

Dairy Brands Fluid LLC,* doing business as Pet Dairy, Charlotte, North Carolina, has been awarded a maximum $22,800,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are North Carolina and South Carolina, with an Oct. 7, 2023, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and National Oceanic and Atmosphere Administration. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-V381).

Aeronix Inc.,* Melbourne, Florida, has been awarded a maximum $8,516,838 fixed-price, indefinite-delivery/indefinite-quantity contract for data interface units. 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 two-year base contract with three one-year option periods. Location of performance is Florida, with an Oct. 7, 2022, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ES-21-D-0005).

* Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2377069/source/GovDelivery/

Sur le même sujet

  • French military picks Thales to provide helmet-mounted displays and avionics for Rafale jet fighter aircraft

    24 août 2021 | International, Aérospatial

    French military picks Thales to provide helmet-mounted displays and avionics for Rafale jet fighter aircraft

    Thales to provide Scorpion helmet-mounted displays and 400 digital multifunction displays to enhance Rafale jet fighter situational awareness.

  • AI-powered surveillance sought for US Central Command

    31 janvier 2023 | International, C4ISR

    AI-powered surveillance sought for US Central Command

    Components of the future surveillance network will likely include cameras and other hardware, automated alerts, geospatial tracking and virtual twins.

  • Contract Awards by US Department of Defense - August 7, 2019

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

    Contract Awards by US Department of Defense - August 7, 2019

    AIR FORCE United Launch Services, Centennial, Colorado, has been awarded a $156,752,771 firm-fixed-price modification (P00003) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch Delta IV Heavy Launch services. This modification provides for launch vehicle production services for National Reconnaissance Office (NRO) Launch Mission Three, the last of three planned NRO launch missions under this contract. This modification brings the total cumulative face value of the contract from $310,784,574 to $467,537,345. Work will be performed in Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by January 2024. Fiscal 2019 missile procurement funds in the amount of $144,637,202 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. (CORRECTION: The May 9, 2019, announcement of this contract's modification for Launch Mission Two incorrectly stated the total cumulative face value of the contract at the time as $449,813,010. The actual total cumulative value was $310,784,574.) Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $22,500,000 cost-plus incentive-fee modification (P00017) to previously awarded contract FA8808-18-C-0002 for changes to the payload driven by selection of a host space vehicle. The contract provides for the delivery of two Enhanced Polar System Recapitalization (EPS-R) payloads. Work will be performed at Redondo Beach, California, and is expected to be completed by December 2023. Fiscal 2019 research and development funds in the amount of $5,900,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. TFAB Defense Systems LLC,* Warner Robins, Georgia, was awarded an $8,918,791 firm-fixed-price contract for engineering services. This contract provides for develop the software, test hardware and related documentation for test program sets for use with the Air Force's Versatile Depot Automatic Test Station family of testers to isolate failures within line replaceable units and shop replaceable units. Work will be performed at Warner Robins, Georgia, and is expected to be completed by Aug. 6, 2022. This award is the result of a Small Business Set Aside sole-source acquisition. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity for contract (FA8571-19-D-A003). ARMY Southwest Valley Constructors Co., Albuquerque, New Mexico, was awarded an $80,869,000 contract for design-build horizontal construction in support of the Department of Homeland Security in McAllen, Texas. Three bids were solicited with three bids received. Work will be performed in McAllen, Texas, with an estimated completion date of April 28, 2021. Fiscal 2019 Department of Homeland Security funds in the amount of $80,869,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0118). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $11,812,335 modification (P00240) to contract W56HZV-15-C-0095 for Authorized Stockage List. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 other procurement, Army and procurement Marine Corps funds in the combined amount of $11,812,335 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Stantec Consulting Services Inc., Louisville, Kentucky, was awarded a $9,000,000 firm-fixed-price contract for geotechnical 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 Aug. 7, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0046). NAVY Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a maximum potential value $75,000,000 modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00039-15-D-0042) for the Block Upgrade II retrofit of Multifunctional Information Distribution System (MIDS) low volume terminals. The terminals provide secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms, and for Foreign Military Sales customers. Work will be performed in Wayne, New Jersey (50%); and Cedar Rapids, Iowa (50%), and is expected to be completed by December 2026. No funding is being obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity and awarded the contract on behalf of the MIDS Program Office. Oceaneering International Inc., Chesapeake, Virginia, is awarded a maximum value $34,316,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Virginia class submarine sail racetracks, payload tube loading platforms and multiple all-up-round canister special support equipment ladder kits with shipping crates. Work will be performed in Chesapeake, Virginia, and is expected to be complete in August 2024. Fiscal 2019 other procurement (Navy) funding in the amount of $3,368,978 will be obligated at time of award, and not expire at the end of the current fiscal year. This contract was competitively procured in accordance with 10 U.S. Code 2304 (a) via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4031). Stantec Consulting Services Inc., Burlington, Massachusetts, is awarded $17,695,256 for firm-fixed-price modification to task order N40085-18-F-5881 under previously awarded contract N40085-17-D-5004 for design of a multi-mission dry dock at Portsmouth Naval Shipyard. This modification will provide for all architectural and engineering services necessary for the final design, including developing the design-bid-build solicitation documents. Work will be performed in Massachusetts (90%); and Maine (10%), and is expected to be completed by March 2021. Fiscal 2021 military construction (Navy) contract funds in the amount of $17,695,256 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. RTL Networks Inc.,* Denver, Colorado, is awarded a $14,399,532 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide services in the areas of cooperative cyber risk assessments and cyber table tops of fighter/attack (fixed and rotary wing) and surveillance aircraft or similarly complex aircraft, tactical unmanned aerial vehicles, GPS guided weapons or similarly complex weapons, training simulators, Portable Electronic Maintenance Aids equipment, software and development environments, and associated communications and networks. Work will be performed in China Lake, California (50%); Placentia, California (48%); and Denver, Colorado (2%), and is expected to be completed in August 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 competitively procured via an electronic request for proposal as a Service-Disabled Veteran-Owned Small Business set-aside; two offers were received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0040). The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded $11,498,789 for cost-plus-incentive-fee modification P00018 for new scope under previously awarded contract N00030-18-C-0045 to provide U.S. Trident II (D5) Strategic Weapon System efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York, with an expected completion date of Dec. 31, 2021. Fiscal 2018 research, development, tests and evaluation (Navy) funds in the amount of $11,498,789 are being obligated on this award. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Treadwell Corp., Thomaston, Connecticut, is awarded a not-to-exceed $7,330,400 ceiling-priced delivery order N00104-19-F-J80J under previously awarded basic ordering agreement N00104-15-G-A408 for repair of 98 items in support of the Navy's Electrolytic Oxygen Generator System. The contract is a four-year contract with no option periods. Work will be performed in Thomaston, Connecticut, and is expected to be completed by September 2023. Working capital funds (Navy) in the amount of $3,591,896 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1928698/source/GovDelivery/

Toutes les nouvelles