1 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - October 31, 2019

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee contract modification (P00345) under previously awarded contract HQ0276-10-C-0001. The total value of this contract modification is $139,663,509. The total value of the contract increases from $3,024,726,153 by $139,663,509 to $3,164,389,662. This modification provides for scope supporting Aegis Ballistic Missile Defense, including additional upgrades to Baseline 5.4, flight test, ground test, post-certification engineering, in-service support, and future studies. This contract modification contains a three month option period which, if exercised, will increase the cumulative value of this contract to $3,210,363,559. Work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. If all options are exercised, the period of performance would extend through Oct. 31, 2020. Fiscal 2019 and 2020 research, development, test and evaluation; fiscal 2018, 2019 and 2020 procurement defense wide; and fiscal 2020 operations and maintenance funds in the amount of $12,080,453 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

NAVY

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $90,686,673 cost-plus-incentive-fee, cost-plus-fixed-fee and firm-fixed-price contract for sustainment of the Littoral Combat Ship Integrated Combat Management System and associated combat system elements. The work includes development, integration, test and delivery of future combat system baseline upgrades for in-service ships; supporting ship integration, installation and checkout; developmental test/operational test; developing training and logistics products; providing field technical support for the combat system; providing hardware engineering and equipment procurement; providing life-cycle supportability engineering; and providing fleet support for fielded baselines. Work will be performed in Pittsfield, Massachusetts (79.4%); San Diego, California (19.3%); and Mobile, Alabama (1.3%), and is expected to be completed by October 2024. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $393,837,142. Work is expected to be complete by October 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $1,013,124 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia., is the contracting activity (N00024-20-C-5603).

Management Services Group Inc., doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded an $83,726,453 cost-plus-fixed-fee, firm-fixed-price, and cost-only contract modification to previously awarded contract N63394-19-C-0008 to exercise options for the sustainment of the Common Processing System. This option exercise is for production and installation of ordnance alteration (ORDALT) kits and associated engineering services, logistics and incidental materials in support of the Common Processing System. ORDALT kits are anticipated to be installed on Aegis destroyers, Aegis cruisers, Landing Helicopter Deck, Landing Ship Dock, aircraft carriers and Japanese destroyers. Work will be performed in Norfolk, Virginia (21%); San Diego, California (16%); Yokosuka, Japan (11%); Honolulu, Hawaii (8%); Dahlgren, Virginia (6.5%); Wallops Island (6.5%); Aegis Ashore (5%); Everett, Washington (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); Port Hueneme, California (5%); Washington, District of Columbia (3%); Rota, Spain (3%); Deveselu, Romania (2.5%); and Redzikowo, Poland (2.5%), and is expected to be complete by October 2020. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $116,436,973 and be complete by July 2024. Fiscal 2014 shipbuilding and conversion (Navy) funding for $1,483,823 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Dyncorp International LLC, Fort Worth, Texas, is awarded a $56,496,749 modification (P00033) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract (N68936-17-C-0052). This modification exercises an option that provides aircraft maintenance, modification and aircrew support. This modification includes organizational-level aircraft maintenance and logistics support on aircraft, systems/subsystems, aircrew systems, search-and-rescue equipment and support equipment for P-3 Orion, C-130 Hercules, F/A-18 Hornet, E/A-18 Growler, AV-8B Harrier II and H-60 Seahawk for the Naval Test Wing Pacific. Work will be performed in China Lake, California (50%); Point Mugu, California (40%); Hickman Air Force Base, Hawaii (2%); Lemoore, California (2%); Patrick Air Force Base, Florida (1%); Holloman Air Force Base, New Mexico (1%); Patuxent River, Maryland (1%); Yuma, Arizona (1%); Miramar, California (1%) and North Island, California (1%), and is expected to be completed in October 2020. Fiscal 2020 working capital (Navy) funds for $42,121,234 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, Weapons Division, China Lake, California, is the contracting activity.

General Dynamics Information Technology Inc., Fairfax, Virginia, is awarded a $46,103,818 modification (P00024) to a previously awarded indefinite-delivery/indefinite-quantity contract (W15QKN-15-D-0001) to execute Award Term 4 for integrated logistics support for multiple Foreign Military Sales customers. Work will be performed at Patuxent River, Maryland (52%); Mechanicsburg, Pennsylvania (5.5%); Philadelphia, Pennsylvania (5.5%); Jacksonville, Florida (2.5%); Pensacola, Florida (2.5%); various other locations within the continental U.S. (4%); Kuwait City, Kuwait (24%); Atsugi, Japan (1%) Iwakuni, Japan (1%); Koahsiung, Taiwan (1%); and Cairo, Egypt (1%), and is expected to be completed in October 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Boston Consulting Group, Bethesda, Maryland, is awarded a $16,054,435 modification (P00007) to a previously issued firm-fixed-price order (N00421-19-F-0106) against a General Services Administration, Federal Supply Schedule contract (GS-10-F-0253V). This modification exercises the option to continue the implementation of a new Naval Sustainment System (NSS) to include the development of governance, coordination and accountability mechanisms across the Naval Aviation Enterprise. The Commander for the Fleet Readiness Center's contribution to the NSS will deploy commercial maintenance best practices, tailored to the Navy's operational requirements and starting position; in order to reduce component repair and heavy maintenance periodic maintenance inspection turnaround times and better enable aviation readiness recovery. Work will be performed in Bethesda, Maryland, and is expected to be completed in April 2020. Fiscal 2020 operation and maintenance (Navy) funds for $16,054,435 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, is awarded an $11,517,079 cost-plus-fixed-fee and cost-plus-incentive-fee modification to a previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precise firepower, and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (51%); Tewksbury, Massachusetts (21%); San Diego, California (11%); Nashua, New Hampshire (6%); Bath, Maine (5%); Los Angeles, California (3%); Marlboro, Massachusetts (2%); and Fort Wayne, Indiana (1%), and is expected to be completed by October 2020. Fiscal 2020 research, development, test and evaluation (Navy); and operation and maintenance (Navy) funding for $3,164,948 will be obligated at time of award, and funds for $712,934 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $10,000,353 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N00019-19-C-0016). This modification extends the period of performance and increases scope to include obsolescence redesign in support of the production and delivery of Harpoon Block II missiles for the government of Saudi Arabia. Work will be performed in McKinney, Texas (63.46%); Minneapolis, Minnesota (21.61%); and St. Louis, Missouri (14.93%), and is expected to be completed in November 2019. Foreign Military Sales funds for $10,000,353 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.

Physical Optics Corp.,* Torrance, California, is awarded an $8,631,282 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the design, test, production and delivery of up to 503 C-Band radar tracking transponders in support of the Aerial Targets program. Work will be performed in Torrance, California, and is expected to be completed in October 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside via an electronic request for proposal; three offers were received. The Naval Air Warfare Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0005).

Sealift Inc., Oyster Bay, New York, is awarded an $8,592,948 modification under a previously awarded firm, fixed-price contract (N32205-17-C-3510) to fund the third one-year option period. The option will continue to provide one U.S. flagged vessel (M/V Bernard Fisher) for prepositioning and transportation of cargo for the Department of the Air Force. The current contract includes a 12-month base period, four 12-month option periods, and one 212-day option period. Work will be performed worldwide, and is expected to be completed by Nov. 5, 2020. This contract option will be funded by fiscal 2020 working capital funds for $7,747,740; and fiscal 2021 for $845,208, for a total amount of $8,592,948. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3510).

DEFENSE LOGISTICS AGENCY

Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $36,306,061 firm-fixed-price contract for multiple radar equipment components. 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 one-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a June 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-20-F-DK02).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $35,902,768 firm-fixed-price contract for control display units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Iowa, with an Oct. 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0003).

AIR FORCE

The Boeing Co., Layton, Utah, has been awarded a $22,571,000 firm-fixed-price contract modification (P00009) to previously award contract FA8204-19-C-0001 for ICBM Cryptography Upgrade Increment II (ICU II) production. This modification exercises production Lot 2, Option 1 and provides the government 54 A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Jan. 12, 2022. The total cumulative face value is $104,213,725. Fiscal 2019 missiles procurement funds in the amount of $1,826,000; and fiscal 2020 missiles procurement funds in the amount of $20,745,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM Contracting Division, Hill Air Force Base, Utah, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, has been awarded a $22,250,138 cost-plus-incentive-fee contract modification (P00039) to previously awarded FA8730-15-C-0002 for the Qatar Air Missile Defense Operation Center (ADOC). The contract modification is for the procurement of the outside continental U.S. transfer of ADOC prime mission equipment (PME), installation of ADOC PME, integration activities, training of ADOC operators, and development of a communications cabinet. Work will be performed in Tewksbury, Massachusetts; and Qatar, and is expected to be completed by May 31, 2020. This modification involves 100 percent foreign military sales to Qatar. Total cumulative face value of the contract is $303,037,178. Foreign Military Sales funds in the amount of $22,250,138 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $9,331,526 cost-plus-incentive-fee contract modification (P01025) to a previously awarded contract F19628-02-C-0010 for sustainment of the Ground-Based Electro Optical Deep Space Surveillance (GEODSS) weapons system. Work will be performed at White Sands Missile Range, New Mexico; Diego Garcia, British Indian Ocean Territory; Maui, Hawaii; and Colorado Springs, Colorado, and is expected to be completed by June 30, 2020. The total cumulative face value is $9,331,516. Fiscal 2020 operations and maintenance funds in the amount of $3,463,000 are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity.

ARMY

Olsson Industrial Electric Inc., Springfield, Oregon, was awarded a $14,644,904 firm-fixed-price contract to replace the four main unit 15kV switchgear line-ups, replace the 480V station service switchgear, replace the unwatering/sump pumps and motors, transformer deluge containment, rehab of transformer fire protection system, replace the governor kidney loop system and install new generator step up transformers at the Robert S. Kerr Reservoir Powerhouse. Bids were solicited via the internet with two received. Work will be performed in Keota, Oklahoma, with an estimated completion date of July 31, 2021. Fiscal 2010 operations and maintenance; and civil works funds in the amount of $14,644,904 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0002).

Thoma-Sea Marine Constructors,* Houma, Louisiana, was awarded an $8,731,775 firm-fixed-price contract for planning, scheduling, engineering, construction, testing and delivery of an inland z-drive workboat. Bids were solicited via the internet with three received. Work will be performed in Olmsted, Illinois, with an estimated completion date of March 9, 2022. Fiscal 2019 civil works and civil construction funds in the amount of $8,731,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0002).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2005134/source/GovDelivery/

Sur le même sujet

  • France’s Defence Priorities, from the Sahel to Space

    24 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    France’s Defence Priorities, from the Sahel to Space

    On this episode of the Defence Deconstructed Podcast, we feature a discussion with Colonel Jérôme Lacroix-Leclair, the French Defence Attaché to Canada, about the impact of the pandemic on France's defence affairs, and his experience in Canada. Defence Deconstructed is part of the CGAI Podcast Network and is brought to you by the Canadian Association of Defence and Security Industries (CADSI). Participant Biography: Colonel Jérôme Lacroix-Leclair: France's defence attaché to Canada. Host Biography: Dave Perry (host): Senior Analyst and Vice President with the Canadian Global Affairs Institute. https://www.cgai.ca/frances_defence_priorities_from_the_sahel_to_space

  • Robins Air Force Base cleared to replace JSTARS fleet

    7 décembre 2022 | International, Aérospatial

    Robins Air Force Base cleared to replace JSTARS fleet

    The battle management squadron will start arriving at Robins in 2023 and become fully operational by October 2024.

  • Contract Awards by US Department of Defense - September 5, 2019

    6 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 5, 2019

    ARMY Ensign-Bickford Aerospace & Defense Co., Simsbury, Connecticut (W52P1J-19-D-0065); and Chemring Ordnance Inc., Perry, Florida (W52P1J-19-D-0066), will compete for each order of the $320,000,000 firm-fixed-price contract for the Anti-Personnel Obstacle Breaching System. 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 Sept. 4, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Honeywell International Inc., Clearwater, Florida, was awarded a $37,851,458 firm-fixed-price contract for procurement of the commercial Tactical Advanced Land Inertial Navigator 5000 Inertial Navigation Unit. 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 Sept. 8, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0082). MW Builders, Pflugerville, Texas, was awarded a $30,477,000 firm-fixed-price contract to construct a completed fully functional Tactical Equipment Maintenance Facility. Bids were solicited via the internet with five received. Work will be performed in Fort Hood, Texas, with an estimated completion date of June 4, 2021. Fiscal 2018 military construction funds in the amount of $30,477,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0119). General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $29,316,074 modification (P00016) to contract W58RGZ-19-C-0027 for performance based logistics support services for the MQ-1C Gray Eagle unmanned aircraft system. Work will be performed in Poway, California, with an estimated completion date of Sept. 4, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,469,479 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ace Precision Machining Corp., Oconomowoc, Wisconsin, was awarded a $25,000,000 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for hot section parts for the Advanced Gas Turbine-1500 tank engine. 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 Sept. 4, 2024. U.S. Property and Fiscal Officer, Kansas, is the contracting activity (W912JC-19-D-5712). Nakasato Contracting LLC,* Honolulu, Hawaii, was awarded a $14,200,000 firm-fixed-price contract for the construction of an Operational Readiness Training Complex (Barracks) at Pohakuloa Training Area, Hawaii. Bids were solicited via the internet with six received. Work will be performed in Pohakuloa Training Area, Hawaii, with an estimated completion date of Dec. 1, 2021. Fiscal 2018 military construction funds in the amount of $14,200,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0006). GP Strategies Corp., Columbia, Maryland, was awarded a $12,693,583 cost-plus-fixed-fee contract for Life Cycle Logistics Support and Chemical Demilitarization Training Facility operations and maintenance in support of the U.S. Army Chemical Materials Activity, Recovered Chemical Materiel Directorate. 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 Sept. 23, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0087). General Dynamics Information Technology, Fairfax, Virginia, was awarded a $7,237,568 modification (P00017) to contract W81XWH-17-F-0078 for support services for the U.S. Army Medical Materiel Development Activity. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 30, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,237,568 were obligated at the time of the award. U.S. Army Medical Materiel Development Activity, Fort Detrick, Maryland, is the contracting activity. NAVY Hexagon U.S. Federal Inc., Huntsville, Alabama, is being awarded a $107,067,910 firm-fixed-price, cost-plus-fixed-fee, and cost-only indefinite-delivery/indefinite-quantity (IDIQ) contract for surface ship Situational Awareness, Boundary Enforcement and Response (SABER) qualification testing and non-recurring engineering, computing hardware production, land-based site equipment, spare parts and engineering services. This IDIQ will support multiple program executive offices and ship programs. Work under this IDIQ contract will be performed in Huntsville, Alabama, and is expected to be completed by September 2023. No funding will be obligated with this IDIQ award; funds will be obligated with each order. This contract was competitively procured via the Federal Business Opportunities website using full-and-open competition procedures, with two offers received. This competition was conducted under the authority 10 U.S. Code 2304, which states that contracting officers shall promote and provide for full and open competition. Support under this IDIQ is for SABER systems to be installed on various surface ships. This procurement includes shipsets and test site sets, technical data, associated engineering services and spares. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4114). DynCorp International LLC, Fort Worth, Texas, is being awarded an $88,730,512 modification (P00052) to a previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0003). This modification provides organizational, intermediate, and depot-level maintenance and logistics support for 16 T-34, 54 T-44, and 287 T-6 aircraft. Work will be performed at the Naval Air Station (NAS) Corpus Christi, Texas (47%); Whiting Field, Florida (42%); NAS Pensacola, Florida (9%); and various locations through the continental U.S. (2%), and is expected to be completed in March 2020. No funds will be obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Electric Aviation Systems, Vandalia, Ohio, is being awarded a $56,594,358 modification (P00006) to a previously awarded firm-fixed-price contract (N00019-18-C-0004). This modification procures 320 Generator Conversion Unit (GCU) G3 to G4 conversion retrofit kits; 547 GCU G4 units; wiring harnesses; and associated technical, financial and administrative data in support of F/A-18E/F and E/A-18G aircraft. Work will be performed Vandalia, Ohio, and is expected to be completed in January 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $56,594,358 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. PAE Applied Technologies LLC, Arlington, Virginia, is being awarded a $52,268,318 modification to previously awarded contract N66604-05-C-1277 to reinstate 6 month periods of performance and increase target cost for Atlantic Undersea Test and Evaluation Center. Atlantic Undersea Test and Evaluation Center (AUTEC) is the Navy's large-area, deep-water, undersea test and evaluation range. Underwater research, testing, and evaluation of anti-submarine weapons, sonar tracking and communications are the predominant activities conducted at AUTEC. The contractor performs services required to perform AUTEC range operations and maintenance of facilities and range systems. In addition, the contractor is responsible for operating a self-sufficient one square mile Navy outpost. This modification increases the value of the basic contract by $52,268,318. The new total value is $853,017,162. Work will be performed in Andros Island, Commonwealth of the Bahamas (80%); and West Palm Beach, Florida (20%), and is expected to be complete by March 2020. No funding will be obligated at time of this modification award. The Naval Undersea Warfare Center, Newport Division, Newport, Rhode Island, is the contracting activity. Pacific Shipyards International, Honolulu, Hawaii, is being awarded a $32,110,694 firm-fixed-price contract for the execution of USS Michael Murphy (DDG 112) fiscal 2020 selected restricted availability. This is a Chief of Naval Operations scheduled selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Michael Murphy. The purpose is to maintain, modernize, and repair the USS Michael Murphy. This is a “short-term,” non-docking availability restricted to the vessel's homeport. Pacific Shipyards International will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair, and modernization for USS Michael Murphy. Work will be performed in Pearl Harbor, Hawaii, and is expected to be complete by April 2020. This contract includes options which, if exercised, would bring the cumulative value to $36,916,612, and be complete by April 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,110,694 will be obligated at time of award and expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website with one offer received in response to solicitation number N00024-19-R-4404. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4404). Utah State University Research Foundation - Space Dynamics Laboratory, North Logan, Utah, is being awarded a $24,999,998 cost-plus-fixed-fee contract for electro-optical research and development. The contract provides research and development efforts in the areas of exploitation software and advanced sensor and processing technologies including digital cameras, processing, compression, command and control, analog systems, power, communications, telemetry, radio frequency/optical sensor payloads and electromechanical systems/support. The maximum total value for this 24 month contract, with no options, is $24,999,998. Work will be performed in North Logan, Utah, and is expected to be complete by Sept. 5, 2021. Fiscal 2019 working capital funds (Navy) in the amount of $5,793,000 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(3)(B), as stated in Federal Acquisition Regulation 6.302-3, this contract was not competitively procured. Only one responsible source and no other supplies or services will satisfy agency requirements. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-19-C-2013). PrimeTech International Inc.,* North Kansas City, Missouri, is being awarded a $12,457,597 firm-fixed-price, time-and-materials six-month bridge contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed March 2020. Fiscal 2019 operation and maintenance funds (Marine Corps) in the amount of $12,457,597 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (1) - only one responsible source and no other supplies or services will satisfy agency requirements. Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-19-P-2010). Oceanit Laboratories Inc.,* Honolulu, Hawaii, is being awarded a $9,500,000 cost-plus-fixed-fee delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) in support of the deputy assistant secretary of defense for emerging capability and prototype technology. This order is for a Small Business Innovation Research Phase III effort for the continued development of a Prototype Test Unit (PTU) sensor for integration, test and demonstration with a non-kinetic system. The PTU sensor will incorporate the necessary hardware and software subsystems to demonstrate the viability of a novel defensive capability in an at-sea-demonstration aboard a Navy ship. Work will be performed in Honolulu, Hawaii, and is expected to be completed in September 2021. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $9,500,000 will be obligated at time of award, $7,500,000 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. DEFENSE LOGISTICS AGENCY UPDATE: Maryland Industrial Trucks, Linthicum Heights, Maryland (SPE8EC-19-D-0043), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. DEFENSE INFORMATION SYSTEMS AGENCY Booz Allen Hamilton, McLean, Virginia, was awarded a firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract, HC1047-19-D-5001, in support of the Defense Information Systems Agency's (DISA) Defense Collaboration Services (DCS) program. The primary place of performance will be at DISA, Fort Meade, Maryland. The ID/IQ ceiling value is $49,500,000, with the minimum guarantee of $5,000 funded by fiscal 2019 operations and maintenance funds. Proposals were solicited via FedBizOpps (FBO.gov), and one proposal was received. The ordering period is Sept. 8, 2019, through Sept. 7, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-5001). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1953308/source/GovDelivery/

Toutes les nouvelles