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

Contract Awards by US Department of Defense - September 16, 2019

AIR FORCE

General Dynamics Information Technology Inc., Fairfax, Virginia (FA8750-19-D-0005); American Systems Corp., Chantilly, Virginia (FA8750-19-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (FA8750-19-D-0003); and Polaris Alpha LLC, Colorado Springs, Colorado (FA8750-19-D-0004), have been awarded a $427,000,000 maximum ordering amount indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price orders for the enhancements, modifications, integration, testing, demonstrations, deployments, maintenance and research and development of Global Application Research, Development, Engineering and Maintenance software baselines. Work will be performed at Fairfax, Virginia; Chantilly, Virginia; McLean, Virginia; and Colorado Springs, Colorado, and is expected to be completed by Sept. 16, 2026. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $88,165 are being obligated at the time of contract award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

Kratos Unmanned Systems Division, Sacramento, California, has been awarded a $35,000,000 firm-fixed-price contract for Air Force Subscale Aerial Target peculiar spares. Work will be performed at Sacramento, California, and is expected to be complete by March 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $185,606; and fiscal 2019 aircraft procurement funds in the amount of $35,255 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-19-D-0001).

CORRECTION: The Sept. 9, 2019, announcement of a $14,958,516 task order (FA8533-19-F-0091) against contract FA8533-18-D-0002 for Lockheed Martin Corp., Orlando, Florida, included an incorrect completion date. The expected completion date for the work is actually Jan. 8, 2022.

WASHINGTON HEADQUARTERS SERVICES

NCI Information Systems Inc., Reston, Virginia, has been awarded a $269,990,592 firm-fixed-price contract. This service delivery requirement will consist of satisfying Joint Service Provider (JSP) user needs for secure, accessible and stable information technology (IT) support. Service delivery services requires an understanding of the current operating environment of the JSP and the ability to leverage mature capabilities and industry best practices to improve efficiency and reduce complexity in order to enhance JSP's IT support services. Through the service delivery requirement, the JSP seeks to deliver responsive IT services and support to its users in the most efficient manner as possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $269,990,592 are being obligated on this award. The expected completion date is July 29, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-F-0136).

DEFENSE LOGISTICS AGENCY

Reinhart Foodservice LLC, Valdosta, Georgia, has been awarded a maximum $185,615,149 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period and one two-year option period. Location of performance is Georgia, with an Aug. 31, 2021, performance completion date. Using customers are Army, Air Force and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3211).

Vinyl Technology, Monrovia, California, has been awarded a maximum $9,518,724 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the CSU-22/P, Advanced Technology Anti-G Suit. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Location of performance is California, with a Sept. 15, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1188).

NAVY

Harper Construction Company Inc., San Diego, California, is awarded a $95,355,749 firm-fixed-price contract for the construction of the P-284 F-35C maintenance hangar at Naval Air Station, Lemoore, California. The project includes construction of a two-module Type I aircraft maintenance hangar, associated airfield pavements, operational and munitions storage, renovation of an existing battery shop, and building a new tool room. Project provides temporary facilities. Work will be performed in Lemoore, California, and is expected to be completed by November 2021. Fiscal 2019 military construction (Navy) contract funds for $95,621,143 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southwest, is the contracting activity (N62473-19-C-2455).

Environmental Chemical Corp., Burlingame, California, is awarded a $90,696,992 firm-fixed-price task order (N62470-19-F-9101) under the global contingency construction multiple award contract for P001, master time clocks and operations facility, Naval Observatory, District of Columbia. The task order also contains 10 unexercised options and nine planned modifications, which if utilized, would increase the cumulative task order value to $95,546,157. The work to be performed provides for the construction of a new building to house the master clocks, demolition and renovation of existing buildings, rehabilitation of existing foundations, and associated Verizon and Potomac Electric Power Co. work. The options that remain are for electronic security measures, and are available for award up to 365 days after task order award. The planned modifications that remain are for furniture, fixtures, and equipment and audio visual equipment. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2024. Fiscal 2019 military construction, (Navy) appropriation contract funds for $32,298,969 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2020 military construction (Navy) appropriation contract funds for $58,398,023 will be awarded in fiscal 2020. Options and planned modifications will be fiscal 2020 or later operation and maintenance (Navy) funds. Four proposals were received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-8025).

Hydroid Inc., Pocasset, Massachusetts, is awarded a $52,300,236 firm-fixed-price modification to previously-awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-19-D-0009) to increase the ceiling for production support for the MK 18 family of unmanned underwater vehicle systems. The MK 18 program supports unmanned underwater vehicle systems. This award brings the cumulative value of this contract, if all options are exercised, to $100,170,578. Work will be performed in Pocasset, Massachusetts, and is expected to be completed by April 2024. No funds are being obligated at the time of this action. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

AECOM Management Services Inc., Germantown, Maryland, is awarded a $26,822,300 cost-plus-fixed-fee contract action for operations, maintenance, engineering, and management services in support of Combined Tactical Training Range systems and equipment. The services under this contract support live training events hosted on multiple tactical training ranges across the U.S. Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); Lemoore, California (1%); and is expected to be completed by March 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,779,303. Fiscal 2019 operation and maintenance, (Navy) funding for $6,120,000 will be obligated at time of award and expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426719C0036).

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $16,197,311 modification to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999). This modification provides non-recurring engineering to incorporate Phase II of the Multifunctional Information Distribution System/Joint Tactical Radio System on the E-2D Advanced Hawkeye aircraft in support of the government of Japan. Work will be performed in Melbourne, Florida (75.15%); Norfolk, Virginia (8.98%); Ronkonkoma, New York (8.42%); St. Augustine, Florida (6.34%); various locations within the continental U.S. (0.79%); and Misawa, Japan (0.32%), and is expected to be completed in December 2021. Foreign Military Sales funds for $16,197,311 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.

Nan Inc., Honolulu, Hawaii, is awarded a $15,128,199 firm-fixed-price contract for construction of an ordnance operations facility at Andersen Air Force Base. The work includes construction of a low-rise (one-story) reinforced concrete ordinance operations building, which includes administrative spaces to support Marine Corps ordinance operations. This project also constructs a low-rise (one-story) reinforced concrete inert storehouse. Work will be performed in Yigo, Guam, and is expected to be completed by December 2021. Fiscal 2019 military construction (Navy) contract funds for $15,128,199 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1301).

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $14,523,096 modification (P00002) to a cost-plus-fixed-fee delivery order (N00019-19-F-2768) against a previously issued basic ordering agreement (N00019-17-G-0002). This modification exercises an option to procure support to implement capability defect packages and problem reports in accordance with work package task lists in support of V-22 fleet sustainment efforts. Work will be performed in Ridley Park, Pennsylvania (93%); and Fort Worth, Texas (7%), and is expected to be completed in June 2021. Fiscal 2019 operation and maintenance (Navy) funds for $2,759,590 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

International Marine and Industrial Applicators LLC, Spanish Fort, Alabama, is awarded a $14,152,760 firm-fixed-price contract for the accomplishment of preservation and non-SUBSAFE structural repairs and maintenance on USS Louisiana (SSBN 743). This contract includes options which, if exercised, would bring the cumulative value of this contract to $14,495,622. The work to be performed on this contract will support main ballast tank, superstructure, sail, recesses, sonar dome, interior and external hull to include commercial blast, non-SUBSAFE structural repairs and preservation. The contractor shall furnish the necessary management, material support services, labor, supplies and equipment deemed necessary to perform the work. Work will be performed in Bremerton, Washington, and is expected to be completed by December 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $14,152,760 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-19-C-0803).

The General Electric Co., Cincinnati, Ohio, is awarded an $11,660,580 cost-plus-fixed-fee contract to research future concepts for advanced propulsion system technology for the next generation engine and integrated power and thermal management system as well as potential capabilities for the next generation jet engine aircraft in support of the Propulsion and Power Engineering Department. Work will be performed in Cincinnati, Ohio, and is expected to be completed in September 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds for $11,660,580 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement; nine offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0622).

ARMY

General Dynamics Information Technology, Falls Church, Virginia, was awarded a $49,000,000 firm-fixed-price contract to operate, sustain, and maintain the centralized meter data system. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0007).

The Dutra Group, San Rafael, California, was awarded a $23,168,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Southport, North Carolina; and Wilmington, North Carolina, with an estimated completion date of July 17, 2020. Fiscal 2019 operations and maintenance, civil; and operations and maintenance, Army funds in the amount of $23,168,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0031).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $12,244,296 firm-price-incentive contract for M984A4 wrecker and self-recovery winch on the Family of Heavy Tactical Vehicles. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of May 31, 2021. Fiscal 2018 National Guard and Reserve equipment funds in the amount of $12,244,296 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0511).

ZelTech Training Solutions LLC,* Winter Park, Florida, was awarded a $10,000,000 firm-fixed-price contract for the acquisition of three variant pyrotechnic cartridge launchers, spares, shipping, test cartridges, site surveys, new equipment training, installation, test and integration, interim contractor support, technical data and contractor manpower reporting. 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. 15, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0012).

B3 Enterprises LLC,* Woodbridge, Virginia, was awarded a $9,443,920 firm-fixed-price contract for refuel and defuel services, personnel, management, parts, supplies and transportation vehicles. Bids were solicited via the internet with six received. Work will be performed in Daleville, Alabama, with an estimated completion date of Sept. 30, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,443,920 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006).

L3 Doss Aviation, Colorado Springs, Colorado, was awarded a $9,424,653 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Oct. 31, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,643 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006).

ESA South Inc., Cantonment, Florida, was awarded a $7,672,322 firm-fixed-price contract to renovate and convert Building 87017 from a dining facility to a brigade headquarters at Fort Hood, Texas. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Nov. 20, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,672,322 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0131).

DEFENSE INFORMATION SYSTEMS AGENCY

Artel LLC, Herndon, Virginia, was awarded a firm-fixed-price contract modification, P00010 to exercise Option Period Three against GS-35F-5151H/HC1013-16-F-0048 for commercial satellite communications service. The face value of this action is $11,817,932 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $59,098,160. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors. Performance will be at the contractor's facility located in Herndon, Virginia. The period of performance for the base period was Sept. 25, 2016, through Sept. 24, 2017, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

Inmarsat Government Inc., Reston, Virginia, was awarded a firm-fixed-price contract modification to exercise Option Period One against GS00Q-17-NRD-4014/HC1013-18-F-0243 for commercial satellite communications service. The face value of this action is $10,999,476 funded by fiscal 2019 operations and maintenance funds. Primary performance will be at the contractor's facility in Reston, Virginia. Proposals were solicited via the General Services Administration's Complex Commercial Satellite Communications contract, and six proposals were received from 22 offerors solicited. The base period of performance is Sept. 17, 2018, through Sept. 16, 2019, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1961889/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 21, 2019

    25 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 21, 2019

    DEFENSE THREAT REDUCTION AGENCY Booz Allen Hamilton, McLean, Virginia (HDTRA1-19-D-0002); General Dynamics Information Technology, Fairfax, Virginia (HDTRA1-19-D-0003); Leidos Inc. Reston, Virginia (HDTRA1-19-D-0004); Next Tier Concepts Inc. Vienna Virginia (HDTRA1-19-D-0005); and Science Applications International Corp., Reston, Virginia (HDTRA1-19-D-0006), are each awarded indefinite-delivery/indefinite-quantity (ID/IQ) contracts. These contracts provide Defense Threat Reduction Agency (DTRA)-wide information technology support services for IT service design. The not-to-exceed aggregate ceiling for all contracts is $535,000,000, with the contractors having an opportunity to compete for individual orders. This is a five-year base contract with one five-year option period. The bids were solicited through the Federal Business Opportunities website, with five offers received. Work will be performed at Fort Belvoir, Virginia, however, DTRA maintains a global mission, and contractor personnel may be required to work at locations other than Fort Belvoir. Performance is expected to be completed March 2029. No funds are being obligated at time of ID/IQ award; funds will be obligated on individual orders as they are issued. Task Order 1 is being awarded to Leidos Inc. at $18,058,969 for IT solution engineering and systems test support. Task Order 2 is being awarded at $22,113,142 for knowledge management solutions and support. Task Orders 1 and 2 will have a one-year base and four one-year options. The contracting activity is the Defense Threat Reduction Agency, Fort Belvoir, Virginia. AIR FORCE Tapestry Solutions Inc., a Boeing Co., San Diego, California, has been awarded a not-to-exceed $259,000,000 indefinite-delivery/indefinite-quantity contract for Weapon Planning Software (WPS). This contract provides for the development, enhancement, and support of the WPS suite, which is a common component within the Joint Mission Planning System architecture. Work will be performed predominately in St. Louis, Missouri; and Niceville, Florida. Work is expected to be complete by February 2029. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $355,878 are being obligated on an initial delivery order at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0006). Honeywell Aerospace, Phoenix, Arizona, has been awarded a not-to-exceed $150,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission (ATTAM)-Capability 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. Work will be performed in Phoenix, Arizona, and is expected to be completed by Feb. 20, 2027. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $340,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2058). The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $24,100,000 undefinitized cost-plus-fixed-fee and firm-fixed-price modification (P00012) to previously awarded contract FA8634-17-C-2650 for F-15 Eagle Passive Active Warning Survivability System engineering and manufacturing development and initial operational test and evaluation. This modification provides for the procurement of hardware and systems engineering program management for the F-15E Operational Test and Evaluation jets. Work will be performed in St. Louis, Missouri, and is expected to be completed by June 1, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $11,066,185 will be obligated at the time of award. ARMY Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $173,679,405 modification (P00059) to contract (W15QKN-13-C-0074) for Precision Guidance Kit M1156. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Nov. 14, 2022. Fiscal 2019 other procurement, Army funds in the amount of $173,679,405 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Great Lakes Environmental & Infrastructure,* Rocklin, California, was awarded a $34,974,509 firm-fixed-price contract for levee improvements. Bids were solicited via the internet with two received. Work will be performed in Sacramento, California, with an estimated completion date of Jan. 29, 2021. Fiscal 2018 and 2019 general construction; and Sutter Butte County flood control funds in the combined amount of $34,974,509 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0008). FourFront Design Inc.,* Rapid City, South Dakota (W9128F-19-D-0001); Calibre Engineering Inc.,* Highlands Ranch, Colorado (W9128F-19-D-0002); and Alliance Consulting Group Seven Generations,* Alexandria, Virginia (W9128F-19-D-0003), will compete for each order of the $20,000,000 firm-fixed-price contract for architect, engineer, analysis and design services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 19, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $16,513,206 modification (0005) to contract W56HZV-16-D-0060 for Stryker wholesale supply, performance-based, logistics services. One bid was solicited with one bid received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 and 2019 other procurement Army funds in the amount of $16,513,206 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity Longbow LLC, Orlando, Florida, was awarded a $10,487,182 modification (P00075) to contract W31P4Q-16-C-0035 for Laser and Longbow HELLFIRE engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 20, 2020. Fiscal 2018 other procurement, Army funds in the amount of $10,487,182 were obligated at the time of the award. U.S Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $10,284,475 firm-fixed-price contract for maintenance dredging and lower harbor dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 29, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,673,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-19-C-0001). Alutiiq General Contractors LLC, Tacoma, Washington, was awarded a $10,149,245 modification (P00003) to contract W911S8-17-D-0007 for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2020. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. Mississippi State University, Mississippi State, Mississippi, was awarded a $7,200,000 cost contract for test and validation of emerging propulsion technologies for unmanned aircraft systems. Bids were solicited via the internet with one received. Work will be performed in Mississippi State, Mississippi, with an estimated completion date of Feb. 20, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $7,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-C-C002). Skookum Educational Programs, Bremerton, Washington, was awarded a $7,132,509 modification (P00002) to contract (W911S8-18-D-0004) for regularly-scheduled custodial services to a multitude of federal facilities at Joint Base Lewis-McChord, Washington. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity. NAVY Harris Corp., Clifton, New Jersey, is being awarded a $168,801,314 modification (P00012) to a previously awarded firm-fixed-price contract (N00019-17-C-0090). This modification exercises an option for the procurement of 78 full-rate production Lot 16 Integrated Defensive Electronic Countermeasures AN/ALQ-214 A(V)4/5 Onboard Jammer systems for the F/A-18C/D/E/F aircraft for the Navy. In addition, the option provides for the procurement of 16 weapon replacement assembly (WRA) 1A(V)4 receiver/processors and 27 WRA2 A(V)4 modulators. Work will be performed in Clifton, New Jersey (59 percent); San Jose, California (14 percent); San Diego, California (7 percent); Rancho Cordova, California (5 percent); Mountain View, California (3 percent), and various locations throughout the continental U.S. (12 percent), and is expected to be completed in May 2022. Fiscal 2018 and 2019 aircraft procurement Navy funds in the amount of $168,801,314 are being obligated at time of award, none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $90,503,763 indefinite-delivery/indefinite-quantity contract for up to 1,008,710 man-hours of operational systems customization and engineering and technical services for implementation from concept through deployment of mobile deployable command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems products. These systems are comprised of special operations forces and consequence management vehicles, small craft, transportable communication systems, enroute communication systems, and intra-platform systems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed in St. Inigoes, Maryland (42 percent); Little Creek, Virginia (42 percent); and Fayetteville, North Carolina (16 percent), and is expected to be completed in February 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0033). VT Halter Marine Inc., Pascagoula, Mississippi, is awarded a $39,808,087 modification to previously awarded firm-fixed-price contract N00024-18-C-2230 to exercise an option for the detail design and construction of an Auxiliary Personnel Lighter – Small (APL(S)). The initial contract was for the detail design and construction of the lead and second craft in the APL(S) 67 class; this option is for the first of four additional craft. The contract also includes options for associated support efforts related to the craft design and construction for deployment spare parts, crew familiarization, international delivery, and production-level technical data package including data rights. Work will be performed in Pascagoula, Mississippi (59 percent); the remaining 42 percent will be performed in the following areas: Mandeville, Louisiana; Metairie, Louisiana; Gautier, Mississippi; Billerica, Massachusetts; and Boca Raton, Florida; and is expected to be completed by November 2020. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,808,087 is being 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. Lockheed Martin Corp., Orlando, Florida, is awarded $33,373,999 for cost-plus-fixed-fee modification P00044 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0035). This modification provides for the redesign, integration and test of radio frequency sensors as part of a cost reduction initiative in support of the Long Range Anti-Ship Missile. Work will be performed in Wayne, New Jersey (40 percent); Nashua, New Hampshire (40 percent); and Orlando, Florida (20 percent), and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,687,000 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. BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $23,249,314 cost-plus-award-fee contract for the accomplishment of post shakedown availability (PSA) for USS Thomas Hudner (DDG 116), with an option for the accomplishment of PSA for the future USS Paul Ignatius (DDG 117). The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. This contract includes options which, if exercised, would bring the cumulative value of this contract to $55,413,437. Work will be performed in Mayport, Florida, and is expected to be complete by May 2020 if all options are exercised. Fiscal 2019 and 2012 shipbuilding and conversion, (Navy) funding in the amount of $16,154,677 will be obligated at time of award. Fiscal 2012 shipbuilding and conversion, (Navy) funding in the amount of $3,727,786 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2317). ACE Maintenance and Services Inc.,* Austin, Texas, is awarded a $17,558,315 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40080-15-D-0305) to exercise Option Year Four for the janitorial services at Naval Support Activity Bethesda, Maryland. The work to be performed provides for all labor, management supervision, tools, materials and equipment required to base janitorial services. After award of this option/modification, the total cumulative contract value will be $79,798,015. Work will be performed in Bethesda, Maryland, and is expected to be completed February 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy and Army); working capital funds (Navy); and fiscal 2019 Defense Health Program funds in the amount of $17,558,315 for recurring work will be obligated on individual task orders issued during the option/extension period. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity. Harris Corp., Palm Bay, Florida, is awarded a $14,650,764 modification to a previously awarded firm-fixed price contract (N00039-14-C-0041) to exercise priced options for Commercial Broadband Satellite Program (CBSP) Unit Level Variant (ULV) hardware production units. The CBSP ULV provides terminal-to-shore, space and terrestrial connectivity to significantly increase throughput for commercial satellite communication and to provide redundancy for military satellite communications. This contract combines purchases for the Navy (93.2 percent); and the government of New Zealand (6.8 percent) under the Foreign Military Sales program. This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $132,617,683. Work will be performed in Palm Bay, Florida, and is expected to be completed by July 2019. Fiscal 2019 other procurement (Navy); fiscal 2018 and 2019 shipbuilding and conversion (Navy); and Foreign Military Sales funds in the amount of $14,650,764 will be placed on contract and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured through full and open competition via the Commerce Business Daily's Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with three offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $14,350,370 firm-fixed-price delivery order N6247019F4034 under a previously awarded single award indefinite-delivery requirements contract (N62470-16-D-2013) for procurement of one 25-ton portal crane at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Washington. The work to be performed provides for design, fabrication, assembly, delivery, installation, and testing of one 25-ton portal crane. The crane will be equipped with a rotating superstructure, luffing boom, main hoist and a single line whip hoist. The crane will be capable of simultaneous hoisting, slewing and luffing with rated load at rated speeds on curved tracks. Work will be performed in New Berlin, Wisconsin (90 percent); and Bremerton, Washington (10 percent), and is expected to be completed by March 2021. Fiscal 2019 other procurement (Navy) contract funds in the amount of $14,350,370 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $13,327,995 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-13-D-6020) for the hurricane recovery efforts at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for removal of damaged roofs and installation of new ice and water membrane, standing seam roof, gutters, downspouts, fascia, and soffits for 38 facilities. After award of this modification, the total cumulative contract value will be $20,427,995. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2019. Fiscal 2019 operations and maintenance, (Marine Corps) contract funds in the amount of $13,327,995 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. DEFENSE LOGISTICS AGENCY Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $30,493,800 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold/wet weather jackets. This is an 18-month base contract with one, one-year option period. This was a competitive acquisition with seven responses received. Location of performance is Florida and Tennessee, with an Aug. 20, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019, through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1136). Dairy Foods, Springfield, Missouri, has been awarded a maximum $15,527,183 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy products. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Locations of performance are Oklahoma, Missouri, and Kansas, with a March 19, 2022, performance completion date. Using military services are Air Force, Navy, and Army. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-V321). UPDATE: M-B Companies Inc., New Holstein, Wisconsin (SPE8EC-19-D-0037), has been added as an awardee to the multiple-award contract for commercial snow removal equipment issued against solicitation (SPE8EC-17-R-0005) announced May 22, 2017. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $14,000,000 cost-plus-incentive-fee modification (P00317) to a previously awarded contract HQ0276-10-C-0001. Under this modification, the contractor will perform efforts necessary to support Aegis Ballistic Missile Defense (BMD) capability insertion under Contract Line Item Number 0160 for the Aegis BMD Program Office. This modification increases the total cumulative face value of the contract from $2,936,754,846 to $2,950,754,846. Work will be performed in Moorestown, New Jersey, with an expected completion date of Oct. 31, 2019. Fiscal 2018 research, development, test, and evaluation funds in the amount of $4,928,481 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. DEFENSE HEALTH AGENCY LOUi Consulting Group Inc., Warner Robins, Georgia, was awarded a firm-fixed-price General Service Administration (GSA) task-order (HT0015-19-F-0034) off of GSA Federal Supply Schedule (GS-35F-437CA) on Feb. 8, 2019, for $7,157,444. The task-order provides Essentris support, a mission-critical comprehensive clinical documentation system that is deployed to a total of 36 Air Force, Navy and Army medical treatment facilities. As a fully deployed application, Essentris is in a sustainment mode and requires system support services such as system administrators and database analysts. Essentris is designed to maintain a complete record of patient encounters that deliver to Military Medicine the ability to provide enhanced quality and continuity of health care to the mobile population and clinical base. The Military Health Program's electronic health record was implemented in response to the President's Executive Order 13335 of April 27, 2004. The period of performance is Feb. 28, 2019, to Dec. 27, 2020. Work is being performed in Falls Church, Virginia, and San Antonio, Texas. The contract was procured on a competitive basis. The Health Information Technology Contracting Division is the contracting activity. Fiscal 2019 operations and maintenance funds are obligated for this contract. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. * Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1763812/

  • Counter-drone tech at Dubai Airshow reflects UAE's interest in the capability

    17 novembre 2021 | International, Aérospatial

    Counter-drone tech at Dubai Airshow reflects UAE's interest in the capability

    Although not as abundant as drones, countermeasures against the unmanned systems are certainly prevalent at this year's Dubai Airshow.

  • Palantir wants to be the ‘central operating system for all US defense programs’

    1 octobre 2020 | International, C4ISR, Sécurité

    Palantir wants to be the ‘central operating system for all US defense programs’

    Andrew Eversden WASHINGTON — Palantir, the Silicon Valley-based software company that successfully sued the Army in 2016, wants to become “the central operating system for all U.S. defense programs," the company wrote in paperwork filed with the U.S. Securities and Exchange Commission for its initial public offering. The software company, known for its controversial work with the U.S. government, went public on the New York Stock Exchange on Wednesday said that it wants its big data analytics platforms to “become the default operating system for data across the U.S. government.” Palantir, according to the filing, views the U.S. government's push toward alternative acquisition methods as a primary opportunity to for their company to grow. The federal government, particularly the Defense Department, is increasingly using what's known as Other Transaction Authorities and Small Business innovation Research contracts to eliminate the long timelines associated with the traditional contracting process. In 2019, research showed that those types of awards accounted for nearly 10 percent of the department's research, development, test and evaluation spending. “Our software is well positioned for this new procurement approach. Our platforms have been tested and improved over years of use across industries and can rapidly be deployed by the government with minor configurations. This gives us a significant edge over contractors selling custom tools,” the filing states. Palantir expects that there is $26 billion worth of work in the federal space, the filing stated. The company offers two big data analytics platforms, Foundry and Gotham, for data-driven decisionmaking by its customers. According to the filing, the company is currently working with Air Force, Army, Navy, Marines, Special Operations Command and “other defense agencies,” along with several other civilian agencies, including the Department of Veterans Affairs. The filing also states that the Army uses the platform to “keep one million troops ready for their missions, and every battalion in the U.S. Army uses our software for intelligence analysis.” In its filing, the the company specifically cites the DoD's $144 billion in fiscal 2020 on procurement funds and $105 billion on research, development, testing, and evaluation dollars as areas where its software “can contribute to programs covered by both of those budgets.” In 2016, Palantir sued the Army over its procurement strategy for an intelligence analysis system. After winning that case, which forced the Army to seek commercial solutions before building their own system. Since winning the case in 2018, the company has received $134.5 million in revenue from Army accounts, up from about $52 million in the previous 10 years. “Our victory in federal court is transforming the procurement of goods and services across the U.S. federal government,” the filing states. “For us, this shift in government acquisition represents a significant expansion of our [total addressable market] with the U.S. federal government. We are working towards becoming the central operating system for all U.S. defense program.” https://www.c4isrnet.com/industry/2020/09/30/palantir-wants-to-be-the-central-operating-system-for-all-us-defense-programs/

Toutes les nouvelles