2 octobre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - October 01, 2019

AIR FORCE

Faxon Machining Inc., Cincinnati, Ohio (FA8681-20-D-0001); and Major Tool & Machine Inc., Indianapolis, Indiana (FA8681-20-D-0002), have been awarded a $600,000,000 indefinite-delivery/indefinite-quantity contract for BLU-136/B next generation area attack warhead case production. This contract provides for the procurement of 15,000 BLU-136/B next generation area attack warhead cases. Work will be performed at Cincinnati, Ohio; and Indianapolis, Indiana, and is expected to be complete by Sept. 30, 2026. This award is the result of a competitive small business set-aside acquisition. Fiscal 2019 ammunition production funds in the amount of $109,500 is being obligated at the time of award. The Air Force Life Cycle Management Center, Direct Attack Division, Eglin Air Force Base, Florida, is the contracting activity.

United Launch Services, Centennial, Colorado, has been awarded a $98,549,235 firm-fixed-price contract for Atlas V Completion launch services. This contract provides launch service completion for three National Security Space Launch Atlas V missions (two Air Force and one National Reconnaissance Office) previously ordered under contract FA8811-13-C-0003. Work will be performed at Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Nov. 30, 2020. This award is the result of a sole source acquisition. Fiscal 2019 and 2020 procurement funds are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-C-0001).

Tunista Logistics Solutions LLC, Honolulu, Hawaii, has been awarded a $90,000,000 contract for Barry M. Goldwater Range operations and maintenance services. This contract provides for operation and maintenance services of the government-owned, contractor-operated facilities at Gila Bend Air Force Auxiliary Field, Gila Bend, Arizona, and support services for operation of the Barry M. Goldwater Range in support of training missions for the F-35, F-16 and A-10 aircraft pilots for Air Force and other Department of Defense agencies. Ranges are broadly categorized as either primary training ranges or major range and test facility bases. The Barry M. Goldwater Range is considered a primary training range. Services include airfield management, target and range maintenance, civil engineering, fire and emergency services, security, logistics, air traffic control, custodial, trash and refuse, environmental engineering, biological and environmental monitoring. Work will be performed at Gila Bend Air Force Auxiliary Field, and is expected to be completed by Sept. 30, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of approximately $13,000,000 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (FA4887-20-D-0001).

Teletronics Technology Corp., Newtown, Pennsylvania, has been awarded a $90,000,000 indefinite-quantity contract, for high speed data acquisition systems (HSDAS) and support. This contract provides the 59th Test and Evaluation Squadron with HSDAS and ancillary support services. The contract provides for configured systems, signal conditioning, data acquisition, multiplexing, recording and radio frequency telemetry functionality primarily used for flight and ground test. The contractor shall provide HSDAS commercial-off-the-shelf products and associated HSDAS services. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be complete by March 2025. This award is the result of a sole source acquisition. Fiscal 2019 research and development funds in the amount of $58,967 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-19-D-A006).

Intelligent Waves LLC, Reston, Virginia, has been awarded an $89,200,000 indefinite-quantity contract for crowd sourced data support services. This contract provides the 59th Test and Evaluation Squadron with crowd support data support services. The contractor shall provide flight test mission instrumentation modifications, improvements and operations for 53rd Wing test aircraft test instrumentation packages at Nellis Air Force Base, Nevada, and other operational flight-testing locations. The contractor shall evaluate, upgrade, modify and operate instrumentation systems before, during, and after test missions. This work may include design, integration, functional checkouts and mission data capture activities for each period of performance. Work will be performed at Nellis Air Force Base, Nevada; Yuma, Arizona; Patuxent River, Maryland; Norfolk, Virginia; Wright Patterson Air Force Base, Ohio; and Hill Air Force Base, Utah, and is expected to be completed by March 2025. This award is the result of a sole source acquisition. Fiscal 2019 research and development funds in the amount of $1,600,000 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-19-D-A005).

DynCorp International LLC, Fort Worth, Texas, has been awarded a $68,400,284 modification (P00033) to previously awarded contract FA4890-17-C-0005 for Air Force Central Command war reserve materiel. The contract modification provides for the exercise of Option Year Three period of performance for services being provided under the basic contract. The location of performance is Shaw Air Force Base, South Carolina; Kuwait; Oman; Qatar; and United Arab Emirates, and work is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $255,195,955. Fiscal 2020 operations and maintenance funds in the amount of $68,379,284 are being obligated at the time of award. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Hampton, Virginia, is the contracting activity.

ASRC Communications Ltd., Beltsville, Maryland, has been awarded a $66,954,742 firm-fixe-price single contract modification (P00039) to previously awarded contract FA3002-16-C-0004 for acquisition of base operations support services. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be completed by Sept. 30, 2020. This award is the result of a competitive source acquisition and six offers were received. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at the time of the award. The Air Force Installation Contracting Center, the 338th Specialized Contracting Squadron, Joint Base San Antonio, Texas, is the contracting activity.

Reliance Test & Technology, Crestview, Florida, has been awarded a $49,032,036 modification (P00056) to previously awarded contract FA2486-16-C-0002 for Eglin Operation and Maintenance Support Service. This contract modification increases the value of cost-type contract line item numbers for Option Period One. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by March 31, 2020. The total cumulative face value of the contract to $1,266,287,845. Fiscal 2019 research and development funds in the amount of $6,200,000 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

Crew Training International Inc., Memphis, Tennessee, has been awarded a $42,279,639 firm-fixed-price modification (P00009) to previously awarded contract FA4890-19-C-0003 for the MQ9 Aircrew Training and Courseware Development contract. The contract modification is for the exercise of option year one. Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $223,630,953. Fiscal 2020 operations and maintenance funds in the amount of $30,376,922 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a $17,518,309 cost-plus-fixed-fee contract modification for aircraft engineering, procurement and fabrication. Work will be performed in Greenville, Texas, and is expected to be completed by December 2022. This contract involves 100% foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $17,518,309 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-F-4802 P00006).

SES Electrical LLC, Oak Ridge, Tennessee, has been awarded an $11,298,386 firm-fixed-price contract to repair main perimeter fence. As the result of Hurricane Michael, the contract is comprised of the removal and disposal of old damaged fence, removal and disposal of previously installed temporary fencing and replacement with new approved fencing materials at specific locations identified on Tyndall Air Force Base, Florida. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be completed by Sept. 30, 2020. This award is the result of a sole source 8(a) Alaska Native Corporation acquisition. Fiscal 2019 operations and maintenance funding in the amount of $11,298,386 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-19-C-A033).

U.S. TRANSPORTATION COMMAND

Twelve companies have been awarded task orders under the following International Charter Airlift Services in Support of the Civil Reserve Air Fleet contracts: HTC71118DCC37 -- Atlas Air Inc., Purchase, New York (HTC71120F1025, HTC71120F1026; $287,285,594); Federal Express, Memphis, Tennessee (HTC71120F1027; $38,903,491); Amerijet International, Fort Lauderdale, Florida (HTC71120F1041; $2,496,649); HTC71118DCC38 -- Miami Air International, Miami, Florida (HTC71120F1028; $7,084,737); Sun Country Airlines, Eagan, Minnesota (HTC71120F1029; $3,025,704); HTC71118DCC39 -- ABX Air, Wilmington, Ohio (HTC71120F1030; $9,394,053), Air Transport International Inc., Wilmington, Ohio (HTC71120F1031; $17,450,997); Kalitta Air LLC, Ypsilanti, Michigan (HTC71120F1032; $159,942,597); Omni Air International Inc., Tulsa, Oklahoma (HTC71120F1033; $77,654,435); United Parcel Service Co., Louisville, Kentucky (HTC71120F1034; $13,710,325); Western Global Airlines, Estero, Florida (HTC71120F1035; $17,812,110); and HTC71118DCC40 -- National Airlines, Orlando, Florida (HTC71120F1036; $12,464,771). The task orders provide international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The task order period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Type of appropriation is Fiscal 2020 transportation working capital funds. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Air Transport International, Wilmington, Ohio, has been awarded task order (HTC71120F1037) on contract HTC71118DCC16 in the estimated amount of $86,633,164. This contract provides global air charter transportation services utilizing part 121 aircraft configured to simultaneously transport both passengers and cargo. Services required include full planeload port to port airlift transportation services, commercial equivalent economy passenger services, 463L pallet cargo services, and mission coordination. Work will be performed globally. Task order period of performance is Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds were obligated at time of award. This task order will bring the total cumulative face value of the contract to $212,167,393 from $125,534,229. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Jacobs Technology Inc., Tampa, Florida, has been awarded a contract modification (P00029) on contract HTC71117CD001 obligating funds in the amount of $22,360,471. This modification provides continued information technology service management enterprise support to the U.S. Transportation Command. Work will be performed primarily on-site at Scott Air Force Base, Illinois, and other locations: Defense Information Systems Agency Defense Enterprise Computing Center, St. Louis, Missouri; U.S. TRANSCOM Office, Washington, District of Columbia; Joint Enabling Capabilities Command, Norfolk, Virginia; and the Pentagon. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds, operations; and operations and maintenance funds were obligated at award. This modification brings the total cumulative face value of the contract to $74,346,425 from $51,985,954. U.S. TRANSCOM, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a maximum $109,252,327 requirements contract for supplies related to the support of the T56 family of aircraft engines. 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 five-year base contract with one five-year option period. Location of performance is Indiana, with a Sept. 30, 2024, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-20-D-9400).

Woodward Inc., Loves Park, Illinois, has been awarded a maximum $113,429,656 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation turbine engine main fuel controls. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Illinois, with a Sept. 20, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0133). (Awarded Sept. 28, 2019)

NAVY

Progeny Systems,* Manassas, Virginia, was awarded a $25,689,916 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost only contract for the procurement of Navy systems engineering. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $98,044,894. Work will be performed in Middletown, Rhode Island (70%); and Manassas, Virginia (30%), and is expected to be completed by September 2021. If all options are exercised, work will continue through September 2027. Fiscal 2019 research, development test and evaluation (Navy) funding in the amount of $800,000 will be obligated at time of award. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity (N00024-19-C-6201). (Awarded Sept. 30, 2019)

Systems Application and Technologies Inc.,* Oxnard, California, is awarded a $25,275,828 modification (P00016) to a previously awarded cost-plus-fixed-fee/cost contract (N68936-18-C-0046) to maintain and operate aerial and seaborne assets and associated equipment for the Pacific Targets and Marine Operations Division of the Naval Air Warfare Center, Weapons Division (NAWCWD), Point Mugu, California. Work will be performed at Naval Base Ventura County, California (85%); China Lake, California (6%); and Las Cruces, New Mexico (3%); Kauai, Hawaii (2%); Salt Lake City, Utah (2%); Lompoc, California (1%); and various locations outside the continental U.S. (1%), and is expected to be completed in September 2020. Major range and test facility base; and working capital (Navy) funds in the amount of $11,690,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The NAWCWD, Point Mugu, California, is the contracting activity.

Life Cycle Engineering Inc., North Charleston, South Carolina, was awarded an $8,696,376 firm-fixed-price task order (N32253-19-F-3000) off of the SeaPort-e multiple-award contract N00178-07-D-4077 for the procurement of technical, engineering, management, programmatic, logistics, and education (TEMPLE) services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. This procurement of TEMPLE services will provide advisory and assistance services to various departments (C135 Quality Assurance, C200 Engineering, C300 Operations, C710 Lifting and Handling, C900T Resource and Training, and C2300 Nuclear Engineering Planning Department) at the Pearl Harbor Naval Shipyard. This task order includes one option period which, if exercised, would bring the cumulative value of this task order to $17,563,077. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by September 2020. If the option period is exercised, work will continue through September 2021. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $8,696,376 was obligated at time of award and would have expired at the end of fiscal year 2019. This task order was competitively procured via SeaPort-e, with one offer received. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Sept. 28, 2019)

CORRECTION: The Sept. 30, 2019, announcement of a $43,889,245 delivery order (N0002419F5637) under previously awarded contract N00024-15-D-5217 to Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, for 281 Technical Insertion Sixteen (TI-16) Common Display System Variant A water-cooled and air-cooled production consoles, included the incorrect completion month. The work is expected to be complete by September 2020. All other information in the announcement is correct.

CORRECTION: The Sept. 30, 2019, announcement of an $8,004,622 modification (P00006) to a previously awarded contract (N00019-19-C-0004) to Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, included an incorrect work location. The correct location is Edwards Air Force Base, California. All other information in the announcement is correct.

CORRECTION: The $67,371,583 contract awarded to EMCube Inc., Alexandria, Virginia (N00030-20-C-0009), to provide services for the U.S. and United Kingdom Trident II D5 Strategic Weapon System programs and the United Kingdom Dreadnought program, was incorrectly announced on Sept. 30, 2019. The contract is being awarded Oct. 1, 2019. All other information in the announcement is correct.

DEFENSE HEALTH AGENCY

Alutiiq Solutions LLC, Anchorage, Alaska, has been awarded a $11,910,439 firm-fixed-price contract, HT0014-19-C-0012. This contract provides support to the Defense Health Agency for continuation of information management and information technology services at the Walter Reed National Military Medical Center, the Fort Belvoir Community Hospital, and other joint medical facilities and components within the National Capital Region. The work includes, but is not limited to, project management, application and web development, clinical informatics, information assurance, help desk, data center and network operations, system architecture and engineering, and telecommunications support. Work will be performed in Maryland and Virginia, beginning Sept. 30, 2019, with an estimated completion date of March 29, 2020. The contract includes a six-month base period. Fiscal 2019 operations and maintenance funds in the amount of $11,910,439 are obligated on this award. This was an 8(a) direct award. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1976774/source/GovDelivery/

Sur le même sujet

  • U.S. Defense Programs To Watch

    8 juin 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    U.S. Defense Programs To Watch

  • Thales to Deliver the Combat Management System and Sensor Suite to Polish Miecznik Frigates

    5 octobre 2023 | International, Naval

    Thales to Deliver the Combat Management System and Sensor Suite to Polish Miecznik Frigates

    Thales has signed a contract with Polska Grupa Zbrojeniowa to deliver the TACTICOS integrated combat management system, sonars, air-surveillance and fire-control radars and 360° infrared sensor to the MIECZNIK1 Frigate...

  • Contract Awards by US Department of Defense - April 1, 2019

    2 avril 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - April 1, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $2,457,390,566 modification (P00015) to a previously-awarded contract HQ0147-17-C-0032 for the production of Terminal High Altitude Area Defense (THAAD) interceptors and associated one-shot devices to support the U.S. government (USG) and the Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $1,431,251,585 to $3,888,642,151. One offer was solicited with one offer received. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of April 1, 2026. Fiscal 2019 USG procurement funds in the amount of $922,729,226; and KSA FMS funds in the amount of $1,534,661,340 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE The Boeing Co., Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract for Joint Direct Attack Munition/Laser Joint Direct Attack Munition (JDAM/LJDAM) technical services, aircraft integration, and sustainment. This contract provides for JDAM/LJDAM-specific activities including, but not limited to, technical services, aircraft integration, and sustainment. Work will be performed in St. Louis, and is expected to be complete by March 2029. This contract involves sales to the U.S. government (52 percent); and foreign military sales (48 percent) to various countries. Fiscal 2019 (Air Force and Navy) procurement and ammunition funds in the amount of $12,829,441 are being obligated on the first task order at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0005). Peerless Technologies Corp., Fairborn, Ohio, has been awarded for $47,241,075 for advisory and assistance services to support the Air Force Civil Engineering Center energy directorate. This contract provides for support of current Air Force energy policy execution, development of new plans and procedures, and implementation of future centralized energy program management endeavors. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by April 10, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,328,435 are being obligated at the time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8903-19-F-0126). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $151,287,000 fixed-price-incentive-firm modification (P00016) to a previously awarded advance acquisition contract (N00019-17-C-0001). This modification provides for the procurement of long-lead items for the manufacture and delivery of 21 F-35 Lightning II Lot 14 low-rate initial production aircraft for the governments of Australia (15) and Norway (6). Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in Dec 2022. International partner funds in the amount of $151,287,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the governments of Australia ($108,170,000; 71 percent); and Norway ($43,117,000; 29 percent) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Moog Inc., Elma, New York, is awarded an $84,801,681 firm-fixed-price, long-term contract for repair of three items used on the V-22 aircraft. The contract will include a three-year base period with no option periods. Work will be performed in Elma, New York (85 percent); and Cherry Point, North Carolina (15 percent). Work is expected to be completed by March 2022. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-sourced requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-P901). MLT Systems LLC,* Stafford, Virginia, is being awarded a $44,822,205 firm-fixed-price task order (M67854-19-F-3000) under previously awarded contract N00178-10-D-6179 for Program Manager Advanced Amphibious Assault support services for business, acquisition, logistics, engineering, and test and evaluation (T&E) related activities to include acquisition policy and program documentation development; program analysis; logistics management support to include government furnished property maintenance; financial management; engineering; and T&E support. Work will be performed in Stafford, Virginia (74 percent); Camp Pendleton, California (18 percent); Aberdeen, Maryland (5 percent); and Albany, Georgia (3 percent); and is expected to be completed by April 23, 2023. Fiscal 2019 procurement (Marine Corps) funds in the amount of $8,297,486; and fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $2,067,314 will be obligated at the time of award and will not expire at the end of the current fiscal year. The base contract was competitively procured via SeaPort, Zone 2 – National Capital Region, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-F-3000). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $27,333,806 fixed-price indefinite-delivery, indefinite-quantity contract for the procurement of up to 62 430 Aircraft Direction Finders; 123 4230 Radio Tuner Panels; and 123 High Frequency 121 Radios in support of Lots 9, 10, and 11 P-8A Poseidon aircraft. These are in support of the Navy and the governments of Australia, the United Kingdom, Norway, New Zealand, Saudi Arabia, and South Korea. In addition, this contract provides for technical and engineering support, repair of repairables, and technical data. Work will be performed in Cedar Rapids, Iowa (95 percent); and Thiais Cedex, France (5 percent), and is expected to be completed in March 2022. Fiscal 2018 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $6,012,416 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(c)1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0007). (Awarded March 29, 2019) Lockheed Martin Space, Sunnyvale, California, is awarded $17,976,489 for cost-plus-fixed-fee level-of-effort completion modification P00001 to a previously awarded contract (N00030-18-C-0023) to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the Trident II Fleet Ballistic Missile System. This contract provides for support for technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile Program requirements are identified and integrated to support planned milestone schedules and emergent requirements. Re-entry Systems UK resident technical support, operational support hardware, and consumable spares are also provided for. Work will be performed in Cape Canaveral, Florida (39.41 percent); Sunnyvale, California (37.62 percent); Titusville, Florida (9.54 percent); Coulport, Scotland (5.70 percent); St. Mary's, Georgia (2.17 percent); Silverdale, Washington (2.11 percent); and various places below one percent (3.45 percent), with an expected level-of-effort completion date of March 31, 2020, and a deliverable items completion date of June 30, 2021. UK Funds in the amount of $17,976,489 will be obligated on this award. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a sole source basis, pursuant to 10 U.S. Code 2304(c)(4), and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is being awarded a $13,429,873 firm fixed-price contract modification to previously awarded contract (N00024-18-C-4208) to exercise options to procure Machinery Control System (MCS) consoles and cabinets for the DDG 51 new construction ship program and DDG 51 midlife modernization program and associated land based engineering sites. The DDG 51 Class MCS provides control and monitoring capability of the ship's auxiliary, damage control, electrical, and propulsion systems. As part of its electrical capability, the MCS interfaces with the ship's power generation and electrical distribution system. Work will be performed in Orlando, Florida (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed by March 2021. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $13,429,873 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is being awarded a $12,872,342 modification (P00012) to a previously awarded fixed-price-incentive contract (N00019-17-C-0018). This modification upgrades three MQ-4C Triton aircraft from a baseline Integrated Functional Capability (IFC) 3 software configuration to a Multi-IFC 4 software configuration. Additionally, this modification updates drawings and associated technical data in support of the MQ-4C IFC software configuration upgrade. Work will be performed in Palmdale, California (48 percent); San Diego, California (38 percent); and Moss Point, California (14 percent), and is expected to be completed in October 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,872,342 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. SJC-BVIL,* Montrose Colorado, was awarded an $11,487,876 firm-fixed-price task order under a previously awarded design-build indefinite-delivery/indefinite-quantity unrestricted multiple awarded construction contract (N40084-19-F-4319) for commercial and institutional building construction contract to repair receiver site building Facility 201 at U.S. Naval Support Facility, Diego Garcia, British Indian Ocean Territory. The work to be performed provides replacement of engine generators of North Power Plant 730. The work includes architectural, civil/structural, electrical, mechanical and fire protection. The work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by April 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $11,487,876 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Far East, Diego Garcia, British Indian Ocean Territory, is the contracting activity. (Awarded March 31, 2019) T3W Business Solutions Inc.,* San Diego, California, is awarded a $9,629,274 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $30,132,338. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3420). Thor Solutions LLC,* Arlington, Virginia, is awarded a $9,482,581 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,719,124. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy); and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3421). Kros-Wise Inc.,* San Diego, California, is awarded a $9,382,074 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,378,360. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3419). Northrop Grumman Systems Corp., San Diego, California, is being awarded a $7,241,880 advance acquisition contract modification (P00002) to a previously awarded cost-reimbursable contract (N00019-18-C-1028). This modification extends the period of performance and provides additional funding to procure long lead components, material, parts and associated efforts required to maintain the MQ-4C Triton Unmanned Aircraft System planned low rate initial production, lot 4 production schedule. Work will be performed in San Diego, California (25.3 percent); Baltimore, Maryland (22.7 percent); Salt Lake City, Utah (20.2 percent); Bridgeport, West Virginia (8.2 percent); Red Oak, Texas (4.7 percent); Vandalia, Ohio (.2 percent); various locations within the continental U.S. (15.1 percent); and various locations outside the continental U.S. (3.6 percent), and is expected to be completed in May 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,241,880 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 American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a maximum $49,144,712 modification (P00145) to a 50-year contract (SP0600-08-C-8257) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price prospective redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. ARMY Burns & McDonnell, Kansas City, Missouri, was awarded a $48,000,000 firm-fixed-price contract for architect-engineering services. 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. 30, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4007). Korean Airlines Co. Ltd., Seoul, Republic of Korea, was awarded a $9,446,385 modification (P00003) to contract W91QVN-17-D-0003 for depot level helicopter maintenance. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. 411th Combat Support Brigade, Seoul, South Korea, is the contracting activity. World Wide Technology, St. Louis, Missouri, was awarded a $7,883,995 firm-fixed-price contract for information technology hardware. Bids were solicited via the internet with one received. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 3, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,739,383 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0013). CDW Government LLC, Vernon Hills, Illinois, was awarded a $7,701,689 firm-fixed-price contract for hardware supply, specialty notebooks, standard desktop, performance desktop, Standard Micro Form Factor, Performance Micro Form Factor, rugged tablets and monitors. Bids were solicited via the internet with three received. Work will be performed in Bruchmuehlbach-Miesau, Germany, with an estimated completion date of May 6, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,701,689 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0018). Raytheon Co., McKinney, Texas, was awarded a $7,383,058 firm-fixed-price contract for logistics maintenance capability, repair parts, replenishment material, configuration management, product assurance support, special engineering studies, system engineering, failure analysis, test and evaluation, equipment publications, obsolescence redesigns, test evaluation material for repairs, field service representative technical assistance, and contractor repair in support of the Tube-launched, Optically-tracked, Wireless-guided Improved Target Acquisition System. One bid was solicited with one bid received. Work will be performed in McKinney, Texas, with an estimated completion date of March 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,383,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0069). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1802502/

Toutes les nouvelles