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

Contract Awards by US Department of Defense – October 15, 2020

AIR FORCE

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $239,113,565 definitization modification (PZ0001) to contract FA8672-20-C-0005 for StormBreaker (SDBII, GBU-53/B) production Lot 6. Work will be performed in Tucson, Arizona, and is expected to be completed Nov. 28, 2023. The current action relates to classified Foreign Military Sales (FMS), and 6.3% of contract value supports FMS. Fiscal 2020 production funding in the amount of $265,281,689 is being obligated at the time of award. Total cumulative face value of the contract is $271,894,434. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

JOINT ARTIFICIAL INTELLIGENCE CENTER

Redhorse Corp., San Diego, California (FA701420A0020); Cyber Point International LLC, Baltimore, Maryland (FA701420A0021); Elder Research Inc., Charlottesville, Virginia (FA701420A0019); Barbaricum LLC, Washington, D.C. (FA701420A0018); and Enterprise Resource Performance Inc., Fairfax, Virginia (FA701420A0022), were awarded five-year competitive blanket purchase agreements (BPAs), each with a $100,000,000 ceiling, to provide services to the Department of Defense Joint Artificial Intelligence Center Missions Directorate. The services include software development, machine learning, cognitive and systems engineering, operations research, and user experience design. Work on the contract will occur in Arlington, Virginia. The ordering period is from Sept. 25, 2020, through Sept. 24, 2025. The contracting activity is the Air Force District Washington, Joint Base Andrews, Maryland.

ARMY

Construction Outfitters International Inc., Boerne, Texas (W9128F-21-D-0001); Fluor Federal Services LLC, Reston, Virginia (W9128F-21-D-0002); Weston Solutions Inc., West Chester, Pennsylvania (W9128F-21-D-0003); Greenway Enterprises Inc., Helena, Montana (W9128F-21-D-0004); and Amentum Services Inc., Germantown, Maryland (W9128F-21-D-0005), will compete for each order of the $95,000,000 firm-fixed-price contract for facility renovations and repair requirements for Defense Intelligence Agency defense attache offices in U.S. diplomatic facilities worldwide. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 14, 2027. The U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Craig Technical Consulting Inc.,* Merritt Island, Florida, was awarded a $49,845,380 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract to procure scientific and engineering support services for the Army Aberdeen Test Center. 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 Oct. 14, 2025. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-21-D-0002).

Aegis Defense Services LLC, McLean, Virginia, was awarded a $15,974,994 firm-fixed-price contract to provide U.S. Forces Afghanistan with private security service protection. Bids were solicited via the internet with seven received. Work will be performed in Mazar-e Sharif, Afghanistan, with an estimated completion date of Oct. 29, 2023. Fiscal 2021 Afghanistan Security Forces Fund (Army) funds in the amount of $15,974,994 were obligated at the time of the award. The U.S. Army Contracting Command, Afghanistan, is the contracting activity (W91B4N-21-C-2000).

DRS Network & Imaging Systems, Melbourne, Florida, was awarded a $10,425,596 firm-fixed-price contract for Direct Support Electrical System Test sets. Bids were solicited via the internet with one received. Work will be performed in Melbourne, Florida, with an estimated completion date of Jan. 31, 2022. Fiscal 2010 Foreign Military Sales (Kuwait) funds in the amount of $10,425,596 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-C-0055).

NAVY

AAR Aircraft Services Inc., Indianapolis, Indiana, is awarded a $67,262,091 modification (P00009) to previously awarded, firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract N00019-18-D-0111. This modification exercises options to procure P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, fulfillment of depot in-service repair/planner and estimator requirements, technical directive incorporation, airframe modifications, aircraft on ground support and removal and replacement of engines in support of the Navy, the government of Australia, and Foreign Military Sales customers. Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2021. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $65,704,035 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for air traffic control platform integration technical and engineering services, including systems production, development, test, evaluation and improvement; operational software development and maintenance; field change programs; test beds; overhaul and restoration; and fleet and supply support in support of the Air Traffic Control and Landing Systems Division systems and subsystems. Work will be performed St. Inigoes, Maryland (60%); and Lexington Park, Maryland (40%), and is expected to be completed in December 2025. 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 and two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0002).

The Boeing Co., Seattle, Washington, is awarded a $61,554,305 modification (P00005) to previously awarded, firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract N00019-18-D-0113. This modification exercises options to procure P-8A Poseidon CFM56-7B27A/3 and CFM56-7B27AE engine depot-level maintenance and repair in support of the Navy, the government of Australia, and Foreign Military Sales customers. Work will be performed in Atlanta, Georgia (97%); and Seattle, Washington (3%), and is expected to be completed in October 2021. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

StandardAero Inc., San Antonio, Texas, is awarded a $46,003,699 modification (P00009) to previously awarded, firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract N00019-18-D-0110. This modification exercises options to procure P-8A Poseidon CFM56-7B27A/3 and CFM56-7B27AE engine depot-level maintenance and repair in support of the Navy, the government of Australia, and Foreign Military Sales customers. Work will be performed in Winnipeg, Manitoba, Canada (86%); Cincinnati, Ohio (11%); and San Antonio, Texas (3%), and is expected to be completed in October 2021. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CH2M Hill Constructors Inc., Englewood, Colorado, is awarded an $8,388,171 firm-fixed-price modification to task order N69450-20-F-0078 under previously-awarded multiple-award construction contract N62470-19-D-8024 for Hurricane Sally recovery at Naval Air Station Pensacola. The work to be performed provides for immediate restoration/sustainment and clean-up recovery actions due to damage caused by Hurricane Sally. Specific elements of work include roofing/seal building envelope; rip-out/tear-out; mold remediation; vegetation/tree clearing/chipping; waste/debris collection, removal and disposal; traffic management; and security fencing. This award brings the total cumulative value to $22,635,705. Work will be performed in Pensacola, Florida, and is expected to be completed by November 2020. Fiscal 2021 operations and maintenance (Navy); and fiscal 2021 operations and maintenance (Air Force) funding in the amount of $8,388,171 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.

*Small business

http://ttps://www.defense.gov/Newsroom/Contracts/Contract/Article/2383996/source/GovDelivery/

Sur le même sujet

  • Otokar Signed an 857 Million Euro Contract to Deliver COBRA II 4x4 armored tactical light vehicles to Romanian Ministry of Defense

    30 novembre 2024 | International, Terrestre

    Otokar Signed an 857 Million Euro Contract to Deliver COBRA II 4x4 armored tactical light vehicles to Romanian Ministry of Defense

    On November 27, 2024, Otokar signed the agreement through which Romania’s Ministry of National Defense awarded the company the supply of the 1,059 COBRA II 4x4 light tactical armored vehicles...

  • US Army finalizes requirements for future attack reconnaissance aircraft

    15 avril 2021 | International, Terrestre

    US Army finalizes requirements for future attack reconnaissance aircraft

    Future Attack Reconnaissance Aircraft designs has passed through the requirements gauntlet.

  • Contract Awards by US Department of Defense - January 29, 2020

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

    Contract Awards by US Department of Defense - January 29, 2020

    NAVY Geocent LLC, Metairie, Louisiana (N66001-20-D-3417); M.C. Dean Inc., Tysons, Virginia (N66001-20-D-3418); McKean Defense Group LLC, Philadelphia, Pennsylvania (N66001-20-D-3419); Parsons Government Services Inc., Pasadena, California (N66001-20-D-3420); Science Applications International Corp., Reston, Virginia (N66001-20-D-3421); Serco Inc., Herndon, Virginia (N66001-20-D-3422); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-20-D-3423); Valkyrie Enterprises Inc., Virginia Beach, Virginia (N66001-20-D-3424); and VT Milcom Inc., Virginia Beach, Virginia (N66001-20-D-3425), are each awarded a $56,339,692 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee, firm-fixed-price and cost (no fee) pricing. Support includes project management, administration, drafting, technical integration, testing, maintenance, engineering, logistics, facilities and security for software and hardware of new and existing command, control, communications, computers, intelligence, surveillance and reconnaissance systems and networks. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two three-year option periods, which, if exercised, would bring the overall potential value of this contract to an estimated $249,033,405. Work will be performed primarily in the Indo-Asia-Pacific Region and Navy Region Southwest including Hawaii, Guam, Japan, California, Nevada, Washington state, Oklahoma, South Korea, Singapore, Philippines and Australia; and outside this region in Bahrain, Djibouti and Italy. Work will be performed outside the continental U.S. (50%); and inside the continental U.S. (50%) on a full-time basis. The period of performance of the base award is from Jan. 29, 2020, through Jan. 28, 2022. If all options were exercised, the period of performance would extend through Jan. 28, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and other funding, which may include working capital funds (DoD); Department of Homeland Security funds; and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-19-R-0001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $15,752,580 cost-plus-fixed-fee modification to exercise options to previously-awarded contract N00024-15-C-5319 for level of effort engineering services and associated travel to provide continuous support of two AN/SLQ-32(V)Y Surface Electronic Warfare Improvement Program (SEWIP) Block 3 System low rate initial production units. This option exercise is for the continued level of effort engineering services in support of SEWIP Block 3 low-rate initial-production units. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland, and is expected to be completed by December 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $60,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded an $11,301,660 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Joint Precision Approach and Landing Systems Airborne Radio Communication ARC-210 Generation 5 radio units for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in March 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds for $403,110; and other procurement (Navy) funds for $3,627,990 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 Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0006). BAE Systems Technology Solutions & Services, Rockville, Maryland, is awarded a $10,536,004 modification (P00002) to a previously-awarded cost-plus-fixed-fee contract (N00421-20-C-0003). This modification exercises an option to provide engineering and technical services for integrated communications and information systems radio communications for Navy ships, in support of the Naval Air Warfare Center, Webster Outlying Field, to support the integrated communications and information systems radio communications. Work will be performed in St. Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in July 2025. Fiscal 2020 shipbuilding and conversion (Navy) funds for $4,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. ARMY Continental Heavy Civil Corp., Miami, Florida, was awarded a $23,778,240 firm-fixed-price contract for the NASA Wallops Beach Renourishment Project in Accomack County, Virginia. Bids were solicited via the internet with five received. Work will be performed in Wallops Island, Virginia, with an estimated completion date of March 12, 2021. Fiscal 2019 civil construction, Corps of Engineers funds in the amount of $23,778,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0002). AECOM Management Services Inc., Germantown, Maryland, was awarded a $17,000,000 modification (000260) to contract W52P1J-12-G-0028 for Army Prepositioned Stock (APS-2) logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $17,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Vision Point Systems Inc.,* Fairfax, Virginia, was awarded a $13,500,000 firm-fixed-price contract to provide corrosion engineering and logistics technical, analytical, programmatic, research and development, technical assistance, testing, training, and technical writing support for the U.S. Army Combat Capabilities Development Command (CCDC) Ground Vehicle Systems Center (GVCS) and Tank-automotive and Armaments Command (TACOM) Life Cycle Management Center (LCMC). 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 Jan. 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0012). Dawn/Higley JV LLC,* Warren, Ohio, was awarded an $11,458,223 firm-fixed-price contract to repair and renovate interior and exterior of an aircraft maintenance hangar. Bids were solicited via the internet with five received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 Air Guard sustainment, repair, maintenance in the amount of $11,458,223 were obligated at the time of the award. U.S. Property and Fiscal Office for Ohio 179th Mission Support Contracting, Mansfield, Ohio, is the contracting activity (W50S8R-20-C-0002). AIR FORCE Technica Corp., Sterling, Virginia, has been awarded a $13,591,345 cost-plus-fixed-fee modification to exercise the first option period, Feb. 15, 2020, through Feb. 14, 2021. The contract provides weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter (CVA/H) weapon system. Work will be performed in Sterling, Virginia, and is expected to be complete by Aug. 14, 2025. This award is the result of a competitive acquisition. Offerors were solicited under the Network-Centric Solutions (NETCENTS) Network Operations and Infrastructure Small Business contract holders and seven offers were received. Fiscal 2020 research, development, test and evaluation; operations and maintenance; and procurement funds in the amount of $13,591,345 are being obligated at the time of modification to exercise the first option period. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity (FA8732-14-D-0015, task order FA8307-19-F-0098). Starwin Industries LLC, Dayton, Ohio, has been awarded a $9,554,000 firm-fixed price indefinite-delivery/indefinite-quantity contract for F-16 Bugeye radomes. This contract provides for the supply of both left and right Bugeye radomes for the F-16 aircraft. Work will be performed in Dayton, Ohio, and is expected to be complete by Jan. 28, 2026. This award is the result of a competitive acquisition, two solicitations mailed and two offers received. Fiscal 2019 research and development funds (not multiyear) in the amount of $35,872 are being obligated at the time of award. The Air Force Life Cycle Management Center, F-16 Division, Hill Air Force Base, Utah, is the contracting activity (FA8232-20-D-0006). DEFENSE LOGISTICS AGENCY Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $10,468,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat helmet chinstraps. This is a one-year base contract with two one-year options periods. Location of performance is North Carolina, with a Jan. 28, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B082). * Small business ** Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2069174/source/GovDelivery/

Toutes les nouvelles