10 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - September 09, 2020

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $126,934,433 cost-plus-incentive-fee and cost only contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy engineering services, materials and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by December 2021. Fiscal 2020 operations and maintenance, Navy (63%); and fiscal 2020 research development test and engineering, Navy (37%) funding in the amount of $1,400,676 will be obligated at time of award, of which $882,426 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Harper Construction Co., Inc., San Diego, California (N62473-16-D-1881); Hensel Phelps Construction Co., Irvine, California (N62473-16-D-1882); M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-16-D-1883); R. A. Burch Construction Co., Inc.,* Ramona, California (N62473-16-D-1884); RQ Construction LLC, Carlsbad, California (N62473-16-D-1885); Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California (N62473-16-D-1886); and Straub Construction Inc., Fallbrook, California (N62473-16-D-1887), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all seven contracts combined is increased from $332,000,000 to $424,000,000. The contracts are for new commercial and institutional building construction projects at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility, including but not limited to California (90%); Arizona (6%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). All work will be performed at various federal sites within the NAVFAC Southwest area of responsibility. No funds are being obligated on this award and no funds will expire. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The original contract was competitively procured via the Navy Electronic Commerce Online website, with 21 proposals received. The NAVFAC Southwest, San Diego, California, is the contracting activity.

Core Services Group Inc.,* Virginia Beach, Virginia, is awarded a $29,000,000 commercial firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test and Evaluation Force Aviation Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8. The option to extend services, if exercised, will bring the total value to $32,000,000. The base ordering period is expected to be completed by November 2025; if the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a service-disabled veteran-owned small business set-aside using commercial items procedures, with four offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0020).

Science Application International Corp., Reston, Virginia, is awarded a $17,816,869 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide advanced technical training of shipboard communication and network systems in support of the Water Front Training Delivery Program for the Center for Information Warfare Training, Pensacola, Florida. The contract will include a five-year base ordering period with no options. Work will be performed in Pensacola, Florida (52%); San Diego, California (22%); Virginia Beach, Virginia (19%); and Groton, Connecticut (7%). Work is expected to be completed by September 2025. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract resulted from a full and open competitive solicitation through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z032).

Bell Textron Inc., Fort Worth, Texas, is awarded an $8,941,785 firm-fixed-price modification (P00018) to previously awarded fixed-price-incentive-firm-target contract N00019-17-C-0030. This modification increases the total contract value to produce, deliver, install and integrate, in country, a fully assembled AH-1Z flight training device for the government of Bahrain. Work will be performed in Broken Bow, Oklahoma (50%); Fort Worth, Texas (30%); and St. Louis, Missouri (20%), and is expected to be completed in May 2022. Foreign Military Sales funds in the amount of $8,941,785 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.

Life Cycle Engineering Inc., North Charleston, South Carolina, is awarded an $8,364,504 firm fixed price modification to task order N32253-19-F-3000 against previously issued SeaPort-e multiple award contract N00178-07-D-4077. This modification exercises Option Period One for the accomplishment of the technical, engineering, management, programmatic and education support services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. Work will be performed in Hawaii, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $8,364,504 will be obligated at time of modification award and expire at the end of the current fiscal year. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

Sabre Systems, Inc.,* Warrington, Pennsylvania, is awarded an $8,174,314 cost-plus-fixed-fee order (N68335-20-F-0212) against previously issued basic ordering agreement N68335-16-G-0022. This order provides support for the rapid research, development, maturation, procurement, integration, training and sustainment of cyber resilient and full spectrum cyber warfighting capabilities for the Digital Analytics, Infrastructure and Technology Advancement Group. These solutions support various systems within the Naval Air Systems Command portfolio throughout all phases of acquisition, operational field demonstrations, prototyping, experiments, operational assessments, extended user evaluations and fleet/force deployments. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2025. Fiscal 2020 research, development, test and evaluation (Defense wide) funds in the amount of $667,721; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,000 will be obligated at time of award, $52,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

AIR FORCE

Raytheon Missiles Systems, Tucson, Arizona, has been awarded a ceiling $125,000,000 four-year, indefinite-delivery/indefinite-quantity contract (FA8675-20-D-0002) for the Advanced Medium Range Air-to-Air Missile (AMRAAM) system improvement program. This contract provides for delivery of software updates to the AMRAAM inventory. Software development activities are expected to use a recognized agile framework consisting of government/Prime collaboration through repeatable increments of study, development, integration, test and capability demonstration. Work will be performed in Tucson, Arizona, and is expected to be completed Sept. 30, 2026. An initial task order (FA8675-20-F-1026) will be awarded concurrently with the basic contract, for a total cost-plus-fixed-fee face value of $1,192,809. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $678,402 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

FPM Remediations Inc., Oneida, New York, has been awarded a ceiling $60,000,000 indefinite-delivery/indefinite-quantity contract for base realignment and closure (BRAC) environmental construction optimization services to support the Air Force Civil Engineer Center (AFCEC) Installations Directorate (CIB). These performance-based remediation efforts support the AFCEC BRAC mission and enhance BRAC program capabilities within AFCEC/CIB. The requirements support a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress and advance sites to completion in a cost-effective manner. The efforts will be executed in accordance with technical and regulatory requirements to ensure protection of human health and the environment. Work will be performed at the following deactivated Air Force bases: Bergstrom Air Force Base, Texas; Brooks AFB, Texas; Carswell AFB, Texas; Eaker AFB, Arkansas; England AFB, Louisiana; Kelly AFB, Texas; Myrtle Beach AFB, South Carolina; Reese AFB, Texas; Buckley Annex, Colorado; and Lowry AFB, Colorado. Work is expected to be completed Sept. 30, 2030. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 BRAC funds in the amount of $2,466,636 are being obligated at the time of award. Air Force Installation Contracting Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8903-20-D-0003).

DEFENSE LOGISTICS AGENCY

Valneva USA Inc.,* Gaithersburg, Maryland, has been awarded a maximum $60,601,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Japanese Encephalitis vaccines. This is a one-year base contract with two one-year option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Maryland and United Kingdom, with a Sept. 8, 2021, ordering period end date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0005).

Vinyl Technology, Monrovia, California, has been awarded a maximum $10,996,200 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1188) with three one-year option periods for Advanced Technology Anti-G Suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept.16, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Battelle Memorial Institute, Columbus, Ohio, was awarded a $49,525,698 modification (P00006) to contract W9132V-19-F-0005 for geospatial research, development, technology and evaluation of current and emerging geospatial technologies that will help characterize and measure phenomena within the physical and social environments encountered by the Army. Work will be performed in Washington, D.C., with an estimated completion date of Sept. 28, 2023. Fiscal 2020 revolving funds in the amount of $1,038,309 were obligated at the time of the award. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity.

Moog Inc., Elma, New York, was awarded a $46,659,837 firm-fixed-price contract to overhaul and upgrade cylinder assembly actuators for UH-60 Blackhawk helicopters. 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. 9, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0032).

Lockheed Martin, Orlando, Florida, was awarded a $22,335,977 modification (P00035) to contract W31P4Q-19-C-0071 for engineering services in support of the Hellfire and Joint-Air-to-Ground missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 2, 2022. Fiscal 2018 and 2020 missile procurement (Air Force) funds; 2019 research, development, test and evaluation (Navy) funds; 2020 operations and maintenance (Army) funds; and 2018 and 2020 missile procurement (Army) funds in the amount of $22,335,97 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Optimal GEO Inc.,* Athens, Georgia (W912P9-20-D-0027); and Surdex Corp., Chesterfield, Missouri (W912P9-20-D-0026), will compete for each order of the $16,000,000 firm-fixed-price contract for photogrammetric and lidar surveying and mapping. Bids were solicited via the internet with 38 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity.

David Boland Inc.,* Titusville, Florida, was awarded a $15,472,000 firm-fixed-price contract for renovation of Building 546 at Missile Command Headquarters. Bids were solicited via the internet with four received. Work will be performed at Minot Air Force Base, North Dakota, with an estimated completion date of Aug. 25, 2023. Fiscal 2020 operations and maintenance (Army) funds in the amount of $15,472,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0036).

Speegle Construction,* Niceville, Florida, was awarded a $13,214,700 firm-fixed-price contract to construct a two-story, 39,500 square-foot facility with reinforced concrete foundation and floor slab, steel structure, masonry walls, metal roof, heating, ventilation, air conditioning, fire detection and protection and mass notification system. Bids were solicited via the internet with six received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Sept. 16, 2022. Fiscal 2024 military construction (Defense-wide) funds in the amount of $13,214,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0028).

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,457,946 modification (P00143) to contract W56HZV-15-C-0099 for Bradley Fighting Vehicle current fleet sustainment logistics management. Work will be performed in San Jose, California, with an estimated completion date of Dec. 9, 2022. Fiscal 2018 procurement (Defense-wide) funds in the amount of $10,457,946 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Limno-Tech Inc.,* Ann Arbor, Michigan, was awarded a $9,900,000 fixed-price-level-of-effort contract for research and development services for water quality and contaminant modeling. 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. 8, 2025. The U.S. Army Corps of Engineers, Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0004).

Accenture Federal Services, Arlington, Virginia, was awarded an $8,293,896 modification (P00001) to contract W52P1J-20-C-0005 for unified enterprise resource planning capability support services. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 8, 2026. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,293,896 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

CORRECTION: The contract announced on Sept. 8, 2020, for Amentum Services Inc., Germantown, Maryland (W56HZV-20-F-0396), for $29,034,547, was announced with an incorrect award date. The correct award date is Sept. 9, 2020.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2341844/source/GovDelivery/

Sur le même sujet

  • Meet virtually with Cisco Webex. Anytime, anywhere, on any device.

    8 avril 2024 | International, Sécurité

    Meet virtually with Cisco Webex. Anytime, anywhere, on any device.

    Simple, modern video meetings for everyone on the world's most popular and trusted collaboration platform.

  • Too much bureaucracy at NDHQ, top general says, but no changes offered to status quo

    27 juin 2024 | International, Terrestre

    Too much bureaucracy at NDHQ, top general says, but no changes offered to status quo

    Too much bureaucracy at NDHQ, Gen. Wayne Eyre says. But he offers no solution to the problem.

  • Coast Guard to Re-Compete Multi-Billion Dollar Offshore Patrol Cutter Contract

    6 décembre 2019 | International, Naval

    Coast Guard to Re-Compete Multi-Billion Dollar Offshore Patrol Cutter Contract

    By: Ben Werner This post was updated to accurately reflect the size of the Offshore Patrol Cutter contract the Coast Guard is re-competing. An earlier version of this post included an incorrect number of hulls included in the re-compete. The Coast Guard is recompeting its potentially $10.5 billion Offshore Patrol Cutter contract because the program risks falling fatally behind schedule due to hurricane damage to the shipyard initially awarded the contract. The program has already slipped nearly a year behind schedule and could cost an additional $659 million to finish just the first four OPCs contracted to Eastern Shipbuilding Group as part of a nine-hull deal awarded in 2016, according to a recent Congressional Research Service report. To reign-in costs and try getting the program back on schedule, the Coast Guard is now taking the extraordinary measure of recompeting the entire contract for OPC hulls five through 25. The 25-hull OPC fleet is intended to replace the Coast Guard's current fleet of 29 medium-endurance cutters, some of which were built during the Vietnam War. The Coast Guard previously set a target cost of $310 million per cutter. The service is asking potential bidders to provide analysis comparing their anticipated costs with this target for building the six OPCs Friday is the deadline for contractors to provide comments on an OPC industry studies statement of work. The study, along with an industry day scheduled for next Wednesday, is intended to give the Coast Guard an assessment of the technical effort, cost risks and schedule risks associated with recompeting the OPC contract. “These activities will provide fresh insight into the current state of the shipbuilding industrial base and inform the Coast Guard's way forward on a re-compete strategy to complete the OPC program of record,” Brian Olexy, the communication manager for the Coast Guard Acquisition Directorate, told USNI News in an email. The Coast Guard intends to purchase up to 25 OPCs making this the service's largest acquisition program. However, the current prime contractor, Panama City, Fla.-based Eastern Shipbuilding Group, is having a hard time fulfilling the contract due to damage caused in 2018 by Hurricane Michael. Eastern Shipbuilding officials could not be reached for comment at the time of this post. In September 2016, the Coast Guard awarded Eastern Shipbuilding Group a contract to build the future USCGC Argus (WMSM-915) with options to build up to nine OPCs. Eastern beat General Dynamics Bath Iron Works and Bollinger Shipyards to land the design and construction contract. The average purchase cost for OPCs is about $421 million per ship, according to the CRS report. The first OPC, Argus, was funded in Fiscal Year 2018. The second OPC, the future USCGC Chase (WMSM-916) and long-lead-time materials for the third OPC were funded in the FY 2019. Eastern Shipbuilding was just about to start building Argus and was gathering materials to start building Chase when Hurricane Michael hit the Florida panhandle, USNI News reported in October 2018. Workers evacuated from the area and were slow to return. When they did, many took jobs rebuilding nearby Tyndall Air Force Base, which also suffered substantial damage from the hurricane, according to a statement released by Sen. Marco Rubio (R.-Fla.). Rubio supported a plan to modify Eastern Shipbuilding's contract with the Coast Guard. In October, the Coast Guard asked Congress for extraordinary relief from the contract, on behalf of Eastern Shipbuilding. The Coast Guard plan would allow Eastern Shipbuilding to continue building the first four OPCs but would move forward with seeking new bidders to build out the fleet, Adm. Karl Schultz, the commandant of the Coast Guard, said during an event co-hosted by the Center for Strategic and International Studies and the U.S. Naval Institute. Lawmakers, though, did not sound too receptive to the plan. Congressional leaders detailed their concerns in a bipartisan letter to the Coast Guard sent Nov. 25, from Rep. Peter DeFazio (D-Ore.); the chair of the House Committee on Transportation and Infrastructure; ranking member Rep. Sam Graves (R-Mo.), Rep. Sean Patrick Maloney (D-N.Y.), chair of subcommittee on Coast Guard and Maritime Transportation; and ranking member Rep. Bob Gibbs, (R-Ohio). “We are skeptical that such truly extraordinary relief is justified given that this ‘crisis' was foreseeable and mostly avoidable. Further, we are concerned that this relief sets a damaging precedent that any current or future contract with the United States Coast Guard (Coast Guard or Service) could be renegotiated outside the Federal Acquisition Regulations,” their letter states. The lawmakers are concerned the Coast Guard and Department of Homeland Security focused on “exploring options to resuscitate [Eastern Shipbuilding Group] and prevent it from defaulting on the OPC contract without first completing a transparent and objective alternative analysis.” The chief lobbyist for Eastern Shipbuilding is former commandant of the Coast Guard, retired Adm. Robert Papp, who joined the company shortly after being awarded the initial OPC contract. Papp is the first Washington lobbyist hired by Eastern Shipbuilding, according to a company statement. “The veil of secrecy regarding its analysis and the absence of any meaningful consultation by the Coast Guard and DHS with the Committee, provides us scant confidence that any revised OPC contract will not encounter a similar fate as the original contract,” the congressional letter states. https://news.usni.org/2019/12/05/coast-guard-to-re-compete-multi-billion-dollar-offshore-patrol-cutter-contract

Toutes les nouvelles