11 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - October 10, 2018

AIR FORCE

United Launch Services, Centennial, Colorado, has been awarded a $967,000,000 other-transaction agreement for the development of a Launch System Prototype for the Evolved Expendable Launch Vehicle program. This award is part of a portfolio of three agreements that leverage commercial launch solutions in order to have at least two domestic, commercial launch service providers that meet National Security Space requirements, including the launch of the heaviest and most complex payloads. This agreement requires shared cost investment for the development of the Vulcan Centaur launch system. Work will be performed in Centennial, Colorado; and Decatur, Alabama, with launch facilities at Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed by March 31, 2025. This award is the result of a full and open competition. This agreement will be incrementally funded with fiscal 2018 through 2024 research, development, test and evaluation funds totaling a maximum of $967,000,000. Fiscal 2018 funds in the amount of $109,000,000 are being obligated at the time of award. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-9-0003).

Orbital Sciences Corp., Chandler, Arizona, has been awarded a $791,601,015 other-transaction agreement for the development of a Launch System Prototype for the Evolved Expendable Launch Vehicle program. This award is part of a portfolio of three agreements that leverage commercial launch solutions in order to have at least two domestic, commercial launch service providers that meet National Security Space requirements, including the launch of the heaviest and most complex payloads. This agreement requires shared cost investment for the development of the OmegA launch system. Work will be performed in Chandler, Arizona; Magna and Promontory, Utah; Iuka, Mississippi; West Palm Beach, Florida; Sandusky, Ohio; and Michoud, Louisiana, with launch facilities at Kennedy Space Center, Florida; and Vandenberg Air Force Base, California. The work is expected to be completed by Dec. 31, 2024. This award is the result of a full and open competition. This agreement will be incrementally funded with fiscal 2018 through 2024 research, development, test and evaluation funds totaling a maximum of $791,601,015. Fiscal 2018 funds in the amount of $109,000,000 are being obligated at the time of award. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-9-0002).

Blue Origin LLC, Kent, Washington, has been awarded a $500,000,000 other-transaction agreement for the development of a Launch System Prototype for the Evolved Expendable Launch Vehicle program. This award is part of a portfolio of three agreements that leverage commercial launch solutions in order to have at least two domestic, commercial launch service providers that meet National Security Space requirements, including the launch of the heaviest and most complex payloads. This agreement requires shared cost investment for the development of the New Glenn launch system. Work will be performed in Kent, Washington; Huntsville, Alabama; and Kennedy Space Center and Cape Canaveral Air Force Station, Florida, with launch facilities at Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California. The work is expected to be completed by July 31, 2024. This award is the result of a full and open competition. This agreement will be incrementally funded with fiscal 2018 through 2024 research, development, test and evaluation funds totaling a maximum of $500,000,000. Fiscal 2018 funds in the amount of $109,000,000 are being obligated at the time of award. The Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-9-0001).

General Electric Aviation, Cincinnati, Ohio, has been awarded a not-to-exceed $250,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract (FA8650-19-D-2057) for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. This approach extends to a range of legacy, emerging, and future military propulsion, power and thermal technology needs in multiple applications. Work will be performed in Cincinnati, Ohio, and is expected to be completed by October 2026. This award is the result of a competitive acquisition and 54 offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order (FA8650-19-F-2087) is incrementally funded with fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. .

DEFENSE LOGISTICS AGENCY

US Foods Inc., doing business as US Foods – Lexington, Lexington, South Carolina, has been awarded a maximum $452,617,541 firm-fixed price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support. This was a competitive acquisition with two responses received. This is a two-year base contract with one, one-year option period and one two-year option period. Maximum dollar amount is for the life of the contract. Location of performance is South Carolina, with an Oct. 9, 2023 performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3205).

Fairbanks Morse LLC, Beloit, Wisconsin, has been awarded a maximum $33,661,555 firm-fixed-price delivery order (SPRMM1-19-F-LK01) under basic ordering agreement SPRMM1-15-G-0901 for turbochargers. 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 stand-alone order with the option to purchase an additional 24 units within 90 days from award. Location of performance is Wisconsin, with a May 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

Fairbanks Morse LLC, Beloit, Wisconsin, has been awarded a maximum $33,661,555 firm-fixed-price delivery order (SPRMM1-19-F-LK00) under basic ordering agreement SPRMM1-15-G-0901 for turbochargers. 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 stand-alone order with the option to purchase an additional 24 units within 90 days from award. Location of performance is Wisconsin, with a May 11, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania.

MISSILE DEFENSE AGENCY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, is being awarded a $164,000,000 contract modification (P00034) to previously awarded, sole-source, cost-plus-incentive-fee, cost-plus-fixed- fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract HQ0147-10-D-0001 for the Terminal High Altitude Area Defense Field Support Contract (TFSC). This modification will increase the total ceiling value from $561,200,000 to $725,200,000. The contractor will continue to perform the same effort under the general scope of the TFSC, which includes logistics performance requirements, forward stationing for theater support, logistics information capabilities, post deployment software support, product assurance, safety, missile support, security and engineering services. This modification will also incorporate the International Engineering Services Program and Field Surveillance Program activity. The work will be performed in Huntsville, Alabama; Sunnyvale, California; Grand Prairie, Texas; and Troy, Alabama. The ordering period remains from March 25, 2010, through March 31, 2019. This contract was awarded under the sole-source authority pursuant to Federal Acquisition Regulations 6302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." No additional funds are being obligated by this modification; fiscal 2017, 2018 and 2019 operations and maintenance; and procurement funds will be obligated with execution of future task orders. No task orders are being issued at this time. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-10-D-0001). (Awarded Oct. 9, 2018)

ARMY

AM General LLC, Auburn Hills, Michigan, was awarded a $121,257,443 cost-plus-fixed-fee contract for engineering, logistics, and system technical support functions for all High Mobility Multipurpose Wheeled Vehicle Family of Vehicles. One bid was solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 9, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0001).

NAVY

The Boeing Co., St. Louis, Missouri, is awarded $34,889,633 for firm-fixed-price, cost-plus-fixed-fee delivery order N6833519F0436 against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures hardware and retrofit kits/upgrades to replace obsolete components and software in the existing Servocylinder Test Stations and Electro-Hydraulic Valve Test Station for F/A-18 A-F and EA-18G aircraft. Work will be performed in St. Louis, Missouri (50 percent); Chatsworth, California (40 percent); and Naval Air Station North Island, California (10 percent), and is expected to be completed in May 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $34,889,633 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Lakehurst, New Jersey, is the contracting activity.

Teledyne Wireless LLC, Rancho Cordova, California, is awarded a $7,509,891 firm-fixed-price contract for the repair of the ALQ-99 system in support of EA-6B aircrafts. The contract does not contain a provision for an option quantity. Work will be performed in Rancho Cordova, California, and is expected to be completed by November 2021. Working capital funds (Navy) in the amount of $7,509,891 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-C-D002).

DEFENSE HEALTH AGENCY

Dawson D7, San Antonio, Texas, was awarded a five-year, $15,628,917, firm-fixed-price task order (HT001118C0031) through the Tribally-owned Small Disadvantaged Business participating in the Small Business Administration 8(a) Business Development Program. Place of performance is Falls Church, Virginia. This contract supports the Defense Medical Modeling Simulation Office in the requirements and implementation branch for the development of initial contracting requirements, cost estimates, and research. Services include using the Department of Defense procurement and acquisition process to ensure medical modeling and simulation products align with the services and across the enterprise. The base year of $1,614,917 is being funded with fiscal 2018 operations and maintenance funds. This award is a non-competitive direct 8(a) acquisition. Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 28, 2018)

*Small Business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1658771/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - April 22, 2020

    23 avril 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - April 22, 2020

    NAVY Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $519,063,283 cost-plus-incentive-fee, cost-plus-fixed-fee undefinitized contract for the procurement of international Aegis fire control loop development, Solid State S-Band Radar Processing Group, tools and test equipment and spares for five new multi-mission frigates supporting the Aegis combat system (Baseline 9C.2). Work will be performed in Moorestown, New Jersey (72%); Verona, Wisconsin (6%); Mt. Laurel, New Jersey (5%); Ferrol, Spain (6%); Andover, Massachusetts (3%); Washington, District of Columbia (2%); Pleasanton, California (2%); Sunnyvale, California (1%); Rota, Spain (1%); Herndon, Virginia (1%); and Clearwater, Florida (1%), and is expected to be complete by April 2030. This contract involves Foreign Military Sales (FMS) to the Kingdom of Spain. FMS funding in the amount of $90,702,286 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with the authority from 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5105). (Awarded April 17, 2020) Lockheed Martin Corp., King of Prussia, Pennsylvania, is awarded an $88,988,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides management and maintenance of the Tactical Tomahawk Weapons Control System software product baseline, required system and software documentation for the Navy and the government of the United Kingdom of Great Britain and Northern Ireland. Work will be performed at King of Prussia, Pennsylvania, and is expected to be complete by January 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0017). Clark Construction Group LLC, Bethesda, Maryland, is awarded a $78,211,055 modification under a firm-fixed-price contract to allot the second increment which provides for the construction of the VC-25B hangar complex at Joint Base Andrews, Maryland. The total contract amount after allotting these funds will be $298,211,055. Work will be performed in Camp Springs, Maryland, and provides for the construction of a hangar complex, an aircraft access taxiway/parking apron, associated lighting, engine run-up pads and a hydrant refueling system with storage tanks. Additional requirements include, but are not limited to, site preparation, wetland/stream mitigation, storm water management, a parking lot, and a fire detection and suppression system. Work is expected to be complete by April 2022. Fiscal 2020 military construction, (Air Force) contract funds in the amount of $78,211,055 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-0008). Pennsylvania State University, Applied Research Laboratory, Electro Optics Center, Freeport, Pennsylvania, is awarded a $50,000,000 indefinite-delivery/indefinite-quantity contract for the Navy Manufacturing Technology (ManTech) Electro Optics Center of Excellence (herein the center). Work will be performed in Freeport, Pennsylvania, and provides for the operation and management of the center in its mission to develop naval platform-related manufacturing technologies and transition the technology for implementation in U.S. electro optics and other industrial facilities. In addition to accomplishing the center's core mission, the contractor shall manage, operate, sustain and enhance the center's ability to function as a Navy ManTech Center of Excellence. Work is expected to be complete by April 2025. The total cumulative value of this contract is $50,000,000. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amounts of $350,000 and $225,000 are obligated on two task orders at the time of award. These funds will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-R-0003. One proposal was received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-D-7001). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $41,946,591 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5225 to exercise options for engineering services in support of the Navy's AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems. This modification includes purchases for the Navy (54%); and the government of Japan (46%) under the Foreign Military Sales (FMS) program. Work will be performed in Manassas, Virginia (83%); Lemont Furnace, Pennsylvania (10%); Syracuse, New York (6%); and Hauppauge, New York (1%). This option exercise is for Japan FMS; advanced capability build (ACB) engineering services; lab technician support; and integrated logistics support, production and engineering support of AN/SQQ-89A(V)15 Surface Ship Undersea Warfare (USW) Combat System Technical Insertion (TI)-20 systems. AN/SQQ-89A(V)15 is the Surface Ship USW 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 ACB and TI baselines of the AN/SQQ-89A(V)15 USW Systems. Work is expected to be complete by May 2021. FMS Japan; fiscal 2020 shipbuilding and conversion (Navy); 2020 research, development, test and evaluation (Navy); 2020 other procurement (Navy); 2020 operations and maintenance (Navy); 2019 shipbuilding and conversion (Navy); and 2018 shipbuilding and conversion (Navy) funding in the amount $13,153,266 will be obligated at the time of award and funding in the amount of $184,698 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $33,806,558 cost-plus-incentive-fee contract modification to previously-awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support, engineering services and required materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by August 2030. Fiscal 2019 and 2020 other procurement (Navy); and fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $33,806,558 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ASR International Corp., doing business as ASR Management & Technical Services,* Hauppauge, New York (N64498-20-D-4001); The McHenry Management Group Inc.,* Chesapeake, Virginia (N64498-20-D-4002); EHS Technologies Corp.,* Moorestown, New Jersey (N64498-20-D-4003); NDI Engineering Co.,* Thorofare, New Jersey (N64498-20-D-4004); Advanced Internet Marketing Inc., doing business as The GBS Group,* Virginia Beach, Virginia (N64409-20-D-4016); and Transtecs Corp.,* Wichita, Kansas (N64498-20-D-4017), are each awarded $26 million – $34 million (approximately) for an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract with firm-fixed-price task order provisions for integrated logistics services to support logistics functional areas for planning, implementation and management of hull, mechanical and electrical new acquisition/construction systems. The contract awarded to ASR Management & Technical Services is not to exceed $29,400,673; the contract awarded to The McHenry Management Group is not to exceed $28,564,387; the contract awarded to EHS Technologies Corp. is not to exceed $29,583,745; the contract being awarded to NDI Engineering Company is not to exceed $28,551,630; the contract awarded to The GBS Group is not to exceed $33,757,971; and the contract awarded to Transtecs Corp. is not to exceed $34,165,405. Work will be performed in Philadelphia, Pennsylvania (24%); and the remaining (76%) will be performed in Washington, District of Columbia; Pearl Harbor, Hawaii; Pascagoula, Mississippi; Norfolk, Virginia; Bath, Maine; Panama City, Florida; Slidell, Louisiana; San Diego, California; Port Hueneme, California; Keyport, Washington; Japan; and Sigonella, Sicily, Italy, as determined by individual task order awards. This requirement is to provide integrated logistics services (ILS) to support logistics functional areas for planning, implementation and management of hull, mechanical and electrical new acquisition/construction systems and initiatives. Services performed by the contractors shall include various logistics support tasks necessary for continued operational readiness of the organization. The services required include: acquisition program support; logistics program support; engineering program support; manpower, personnel and training support; planned maintenance/technical feedback support; ILS certification support; configuration support and associated analysis. Work is expected to be complete by April 2026. Fiscal 2013 and fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $60,000 ($10,000 minimum guarantee per contract) will be obligated at time of award via individual task orders and will not expire at the end of the current fiscal year. These contracts were competitively procured using full and open competition via the Federal Business Opportunities website, with eight offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Advanced Acoustic Concepts LLC, Hauppauge, New York, is awarded a $12,307,858 cost-plus-fixed-fee and firm-fixed-price modification to previously awarded contract N00024-19-C-6311 in support of the Littoral Combat Ship mission module program. The award is to build, deliver and install the three mission package computing equipment (MPCE) kits, one mission package portable control station, and one common mission package trainer for use with the Littoral Combat Ship (LCS) mission modules. Additionally, the contractor will assist the Navy in the development of a new MPCE baseline. Work will be performed in Lemont Furnace, Pennsylvania (50%); Hauppauge, New York (36%); Columbia, Maryland (7%); Washington, District of Columbia (5%); and San Diego, California (2%). This contract procures the hardware and software that comprise the mission package computers, software, and trainers for the Navy's Littoral Combat Ship program, including the computing environment MPCE; hosted software (mission package operating environment); and mission package services. Work is expected to be complete by September 2021. Fiscal 2019 and fiscal 2020 other procurement (Navy); and fiscal 2020 research, development, test and evaluation funding in the amount of $12,521,155 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Goleta, California, is awarded a $10,081,390 firm-fixed-price delivery order (N00383-20-F-BV03) under a previously awarded basic ordering agreement (N00383-17-G-BV01) for the repair of the ALE-50 towed decoy system used in support of the F/A-18 Super Hornet warfare air craft. Work will be performed in Forest, Mississippi, and is expected to be complete by October 2022, with no option periods. Fiscal 2020 working capital funds (Navy) in the full amount of $10,081,390 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 non-competitive requirement in accordance with 10 U.S. Code 2304(c)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Raytheon Missiles & Defense, Portsmouth, Rhode Island, is awarded a $7,006,525 modification to previously-awarded contract N00024-17-C-6305 to exercise options for fabrication, procurement, assembly, test and delivery of airborne mine neutralization system launch and handling system low-rate initial production units and associated engineering support services. Work will be performed in Portsmouth, Rhode Island. This action is to exercise Option Year Three for fabrication, procurement, assembly, test and delivery of two Airborne Mine Neutralization System load handling system and low rate initial production units and associated engineering support. Work is expected to be complete by December 2021. Fiscal 2020 other procurement (Navy) funding in the amount of $6,099,047 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Ahtna Engineering Inc.,* Anchorage, Alaska (W911KB-20-D-0001); Brice Engineering LLC,* Anchorage, Alaska (W911KB-20-D-0002); Bristol Environmental Remediation Services LLC,* Anchorage, Alaska (W911KB-20-D-0003); Cape-Weston JV2 LLC,* Anchorage, Alaska (W911KB-20-D-0004); Paragon-Jacobs JV,* Anchorage, Alaska (W911KB-20-D-0005); North Wind-EA JV LLC,* Idaho Falls, Idaho (W911KB-20-D-0012); FPM Remediations Inc.,* Oneida, New York (W911KB-20-D-0013); and Bethel Environmental Solutions LLC,* Anchorage, Alaska (W911KB-20-D-0014), will compete for each order of the $140,000,000 firm-fixed-price contract for environmental remediation services at various locations in Alaska, U.S. Pacific Command and U.S. Army Corps of Engineers, Alaska Pacific Ocean Division areas of responsibility. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 22, 2025. U.S. Army Corps of Engineers, Joint Base Elmendorf Richardson, Alaska, is the contracting activity. Leidos Inc., Gaithersburg, Maryland, was awarded a $100,752,878 modification (P00021) to contract W912DY-18-F-0153 to provide enterprise-wide information management/information technology services in support of U.S. Army Corps of Engineers' customers. Bids were solicited via the internet with four received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of April 25, 2021. Fiscal 2020 revolving funds in the amount of $100,752,878 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. S.E.A. Construction LLC,* Raymond, Washington, was awarded a $22,103,000 firm-fixed-price contract to repair damaged areas on the Humboldt North and South Jetties located near the Humboldt Bay entrance near Eureka, California. Bids were solicited via the internet with six received. Work will be performed in Eureka, California, with an estimated completion date of June 30, 2022. Fiscal 2020 civil operations and maintenance funds in the amount of $22,103,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0004). Turner Construction, New York, New York, was awarded a $19,500,000 modification (PZ0001) to contract W912DS-20-C-0008 to definitize contract for New York State alternative care facilities. Work will be performed in Stony Brook, New York, with an estimated completion date of April 24, 2020. Fiscal 2020 defense emergency response funds in the amount of $19,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 21, 2020) General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $19,100,140 modification (P00029) to contract W52P1J-17-C0024 to procure 120mm M865A1 new production cartridges for 120mm tank training ammunition. Bids were solicited via the internet with two received. Work will be performed in St. Petersburg, Florida, with an estimated completion date of March 31, 2022. Fiscal 2019 and 2020 procurement of ammunition, Army funds in the amount of $19,100,140 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Haugland Energy Group LLC, Plainview, New York, was awarded a $12,950,000 modification (PZ0001) to contract W912DS-20-C-0010 to definitize letter contract for New York State alternative care facilities. Work will be performed in White Plains, New York, with an estimated completion date of April 22, 2020. Fiscal 2020 defense emergency response funds in the amount of $12,950,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 20, 2020) Gen-Probe Inc., Marlborough, Massachusetts, was awarded a $12,600,000 firm-fixed-price contract for COVID-19 testing kits. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of April 19, 2021. U.S. Army Health Readiness Contracting Office, Fort Sam Houston, Texas, is the contracting activity (W81K04-20-F-1113). (Awarded April 20, 2020) Khotol Services Corp,* Galena, Alaska, was awarded a $12,000,000 modification (P00005) to contract W911SA-17-D-2001 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the Ozark Region, to include Iowa and Missouri. 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 May 1, 2022. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. Troop Contracting Inc.,* Willowbrook, Illinois, was awarded a $12,000,000 modification (P00003) to contract W911SA-17-D-2002 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the Hoosier Region, to include Indiana. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 1, 2022. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Sierra Nevada Corp., Sparks, Nevada, was awarded an $88,000,000 modification on an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, and cost reimbursable contract (H92241-19-D-0009) in support of U.S. Special Operations Command (USSOCOM) for the Degraded Visual Environment Pilotage System. This modification raises the contract ceiling to $110,000,000. Fiscal 2019 procurement funds in the amount of $5,000,000 are being obligated at the time of award. The majority of the work will be performed in Sparks, Nevada. This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM Headquarters, Tampa, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2161130/source/GovDelivery/

  • DART acquires key product lines from Aero Design Ltd.

    21 octobre 2019 | International, Aérospatial

    DART acquires key product lines from Aero Design Ltd.

    DART Aerospace recently acquired key product lines from Canadian helicopter mission equipment manufacturer Aero Design Ltd., as well as its brand trademark. Based in Powell River, B.C., Aero Design has been developing and manufacturing aerial cargo expansion products since 1999 and has created an extensive catalogue of helicopter baskets, steps, bearpaws and bicycle racks for a wide range of OEMs including Airbus, Bell, MD Helicopters and Robinson. The addition of key Aero Design product lines to DART's portfolio will allow DART to deepen its product offering, acquire over 30 supplemental type certificates (STCs) and optimize its current Canadian operational capabilities to contribute to its overall growth strategy. Following the acquisition, DART will remain the leading manufacturer of helicopter cargo expansion products globally. This is DART's second acquisition of 2019, following its purchase of Portland-based mission equipment manufacturer Simplex Aerospace at the beginning of October. As a result, DART's portfolio has grown from 900+ STCs earlier this year, to over 1,100+ STCs today. “Acquiring Aero Design's key product lines will enable DART to offer baskets to a wider range of aircraft models and gain market share as the main provider of helicopter cargo expansion products worldwide,” said Alain Madore, DART Aerospace's president and CEO. “Alongside our current aerial utility and heli-ski product offering, we are also looking forward to furthering our footprint in the adventure tourism sector with the addition of Aero Design's helicopter bicycle racks.” “The aerospace industry is changing at an astonishingly rapid pace. It is important to adjust our strategies and pool resources so we can help ensure that our industry meets the coming challenges as quickly and effectively as possible. I'm excited to see what comes next as we join the DART family and move forward together,” said Jason Rekve, Aero Design's president and general manager. Jeff Clarke, vice-president and quality assurance manager at Aero Design, added: “For the past 18 years, Aero Design has strived to create innovative, user-friendly products that meet the needs of operators worldwide. This transition to DART is very positive as we have seen their desire to maintain our product lines and their plans to expand on them by integrating the best parts of both companies' capabilities. I am confident that Aero Design's current and past partners will continue to see the quality and features they have come to expect moving forward.” Terms of the transaction have not been disclosed. https://www.skiesmag.com/press-releases/dart-acquires-key-product-lines-from-aero-design-ltd/

  • Saab Signs Support Contract With British Army

    24 avril 2020 | International, Aérospatial

    Saab Signs Support Contract With British Army

    April 23, 2020 - Saab has signed a three-year contract with the UK Ministry of Defence for the provision of support and services to the Direct Fire Weapon Effects Simulator (DFWES) capability. The contract valued at 320 MSEK came into effect on April 1, 2020. DFWES is a laser based Tactical Engagement Simulation (TES) system, that allows dismounted and mounted soldiers to simulate the effects of direct and indirect fire. This order includes support and maintenance for the British Army's DFWES capability. In addition to the existing sites in the UK, Canada and Germany, this contract includes continuation of support to the Commando Training Centre Royal Marines, the Infantry Battle School in Brecon and the Infantry Training Centre Catterick. “We are proud that Defence Equipment and Support (DE&S) continues to choose Saab as a partner to provide the British military with the DFWES capability. This ensures that British soldiers and marines can continue to receive the best possible support for their training and is a testament to the close and long-term cooperation between Saab and the UK”, says Magnus Lewis Olson, Head of Saab in the United Kingdom. The high fidelity, interoperable and deployable DFWES capability supports individual, collective and mission specific training around the globe. For further information, please contact: Saab Press Centre, +46 (0)734 180 018 presscentre@saabgroup.com Saab serves the global market with world-leading products, services and solutions within military defence and civil security. Saab has operations and employees on all continents around the world. Through innovative, collaborative and pragmatic thinking, Saab develops, adopts and improves new technology to meet customers' changing needs. View source version on Saab: https://saabgroup.com/media/news-press/news/2020-04/saab-signs-support-contract-with-british-army/

Toutes les nouvelles