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

  • Saab signs support agreement for GlobalEye

    17 juillet 2020 | International, Aérospatial

    Saab signs support agreement for GlobalEye

    July 16, 2020 - Saab has signed a support agreement with the United Arab Emirates regarding the advanced airborne early warning and control (AEW&C) solution GlobalEye. The agreement is valid between 2020 and 2022, with an order value of 144.9 MUSD. The agreement covers support and maintenance for the airborne surveillance system GlobalEye. The support and maintenance will be executed locally in the United Arab Emirates. For further information, please contact: Saab Press Centre, Ann Wolgers, Press Officer +46 (0)734 180 018, presscentre@saabgroup.com www.saabgroup.com www.saabgroup.com/YouTube Follow us on twitter: @saab Saab serves the global market with world-leading products, services and solutions within military defence and civil security. Saab has operations and employees on all continents around the world. Through innovative, collaborative and pragmatic thinking, Saab develops, adopts and improves new technology to meet customers' changing needs. The information is such that Saab AB is obliged to make public pursuant to the EU Market Abuse Regulation and the Securities Markets Act. The information was submitted for publication, through the agency of the contact person set out above, on 16 July 2020 at 12:00 (CET). View source version on Saab: https://saabgroup.com/media/news-press/news/2020-07/saab-signs-support-agreement-for-globaleye/

  • Contract Awards by US Department of Defense - November 20, 2019

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

    Contract Awards by US Department of Defense - November 20, 2019

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $379,377,099 firm-fixed-price requirements contract for maintenance, repair and consumable material support for the V-22 platform. 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 base contract with one five-year option period. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 20, 2024, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-20-D-9401). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $232,003,560 firm-fixed-price delivery order (SPRPA1-20-D-000U) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for the AH64 CH47 Global Material Support Program. 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 base contract with one four-year option period. Locations of performance are Missouri and Arizona, with a Nov. 18, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MOOG Inc., East Aurora, New York, has been awarded a maximum $13,658,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation pneumatic accumulators. This was a limited competitive acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0007). NAVY Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is awarded a $92,205,970 firm-fixed-price modification (P00008) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N68335-18-C-0681). This modification exercises an option to procure 34 electronic Consolidated Automated Support System (eCASS) units to include 32 for the Navy and two for the government of Kuwait. Additionally, this modification procures eCASS related equipment such as self-maintenance and test/calibration operational test program sets, calibration equipment suites/kits, rack rail kits, shore installation kits and ship installation kits in support of the Navy and the government of Kuwait. Work will be performed in Orlando, Florida, and is expected to be completed in December 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $92,205,970 will be obligated at time of award, $641,592 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. Raytheon Missile Systems, Tucson, Arizona, is awarded an $84,769,892 fixed-price-incentive (firm target) and firm-fixed-price contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile (ESSM) Block 2 low rate initial production (LRIP) requirements. This contract modification will procure the remaining materials in support of the ESSM FY20 LRIP Lot 3 all up rounds and spares requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio, are less than 1% each and make up the remaining 2%. Work is expected to be complete by June 2023. Fiscal 2020 weapons procurement (Navy) funding in the amount of $84,769,892 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $56,255,635 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise the second option period for base operating support services at Camp Lemonnier, Djibouti. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment and environmental services to provide base operating support services. After award of this option, the total cumulative contract value will be $188,808,738. Work will be performed at various installations in the territory of Djibouti, Africa, and other areas within Africa, and work is expected to be completed November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy), contract funds in the amount of $56,255,635 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,597,891 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support and required long lead materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by September 2021. Fiscal 2020 other procurement (Navy); and 2019 shipbuilding and conversion (Navy) funding in the amount of $46,832,561 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. SeaFix Inc., Saipan, Marianas Protectorate, is awarded a not-to-exceed $15,214,417 firm-fixed-price, cost-reimbursement, indefinite-delivery/indefinite-quantity contract with a four-year ordering period for Navy Watercraft Afloat Maintenance Services. This contract provides for full range of logistics support services to include maintenance and associated material management for Afloat Navy Lighterage in support of the Marine Corps Prepositioning Program and deployed forces world-wide. This contract includes one six-month option period which, if exercised, would bring the cumulative value of this contract to $18,930,294. Work will be performed outside the continental U.S. aboard Military Sealift Command Ships (98%), primarily in Guam, Saipan, Diego Garcia and South Korea; and in Jacksonville, Florida (2%). Work is expected to be completed Jan. 14, 2024. If all options are exercised, work will continue through July 14, 2024. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively solicited and procured via the Federal Business Opportunity website as a total HUBZone set-aside, with two offers received. The Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-20-D-0002). Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $13,046,971 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of gallium nitride full rate production diminishing manufacturing sources and communications equipment group shelter integration in Lot One in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Baltimore, Maryland, and is expected to be complete by May 2, 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $13,046,971 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded an $11,161,336 cost-plus-award-fee modification to previously-awarded contract N00024-16-C-2302 to exercise options for the USS Billings (LCS 15) post-shakedown availability. Post-shakedown availabilities (PSA) are accomplished within a period of approximately 10-16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) funding obligation work limiting date. 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. Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2021. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $1,431,018; fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,431,015; and fiscal 2020 other procurement (Navy) funding in the amount of $202,227 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded an $8,639,459 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Four under an IDIQ contract for custodial services at U.S. Naval Academy complex. The work to be performed provides for custodial services such as trash removal, cleaning, vacuuming, floor cleaning and scrubbing, re-lamping, specialized cleaning of the John Paul Jones Crypt, and basketball floor installation and removal. After award of this option, the total cumulative contract value will be $41,707,319. Work will be performed in Annapolis, Maryland. This option period is from December 2019 to November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $8,639,459 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity (N40080-16-D-0303). ARMY SAF Inc.,* Akron, Ohio (W91237-20-D-0001); and A&H - AMBICA JV LLC,* Livonia, Michigan (W91237-20-D-0002), will compete for each order of the $49,000,000 firm-fixed-price contract for an indefinite-delivery contract for design-build and design-bid-build construction projects. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. SIG Sauer Inc., Newington, New Hampshire, was awarded a $10,000,000 firm-fixed-price contract for procurement of .300 Winchester Magnum Ammunition. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0003). CSRA,* Huntsville, Alabama, was awarded a $9,178,300 modification (0029 42) to contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $9,178,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE CORRECTION: The Nov. 13, 2019, announcement of a $32,266,994 modification to ManTech International Inc., Fairfax, Virginia, exercising Option Year One to previously awarded contract FA8819-18-C-1001 for security support, included the wrong modification number. The correct modification number is P00018. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2021006/source/GovDelivery/

  • Marines to field multibarrel sniper rifle to replace two existing weapons

    13 mai 2022 | International, Naval

    Marines to field multibarrel sniper rifle to replace two existing weapons

    The rifle will replace both the Mk13 Mod 7 and the M40A6 sniper rifles.

Toutes les nouvelles