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

Contract Awards by US Department of Defense - September 17, 2019

AIR FORCE

The Aerospace Corp., El Segundo, California, has been awarded a $1,084,529,525 modification (P00017) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community. This contract modification provides for the exercise of Option Year One for fiscal 2020 services being procured under the multiple year contract. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2020. Total cumulative face value of the contract is $2,158,348,065. Fiscal 2020 research and development funds are being used and no funds are being obligated at the time of the award. The Space and Missile Systems Center, El Segundo, California, is the contracting activity.

Semper Tek Inc., Lexington, Kentucky (FA8501-19-D-A010); Construction Services Group Inc., Charleston, South Carolina (FA8501-19-D-A011); Kmk Construction Inc., Jacksonville, Florida (FA8501-19-D-A012); Charlton Enterprise Inc., Folkston, Georgia (FA8501-19-D-A013); and York-Brawley JV LLC, Yorktown, Virginia (FA8501-19-D-A014), have been awarded a maximum value of $95,000,000, multiple-award, indefinite-delivery/indefinite-quantity, civil engineer multiple award construction contract. This contract supports operational design and construction contract efforts to provide 78th Civil Engineering Group the capability to have design and construction maintained in a short time frame. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by March 30, 2025. This award is the result of a competitive acquisition and 20 offers were received. No funds have been obligated to the contract; task orders will be funded with operations and maintenance funds. The Air Force Material Command Operational Contracting, Robins Air Force Base, Georgia is the contracting activity.

Gulfstream Aerospace, Savannah, Georgia, has been awarded a $31,899,999 firm-fixed-price task order against contract FA8134-19-D-0001 for the Gulfstream aircraft order and contractor logistic support (CLS) for Philippines Air Force. This order is for the purchase of one Gulfstream aircraft, parts, tooling and two years of CLS for sustainment of the aircraft. Work will be performed at Manila, Philippines, and is expected to be completed by May 31, 2022. This award is the result of a sole source acquisition. This contract involves 100% foreign military sales to the Philippines. The total cumulative face value of the contract is $2,070,000,000. Foreign Military Sales funding in the amount of $31,899,999 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-19-F-2500).

Major Tool and Machine Inc., Indianapolis, Indiana, has been awarded a not-to-exceed $9,339,200 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0013 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Indianapolis, Indiana, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,339,200 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

General Dynamics – Ordnance and Tactical Systems, Garland, Texas, has been awarded a not-to-exceed $9,691,384 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0015 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Garland, Texas, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,691,384 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Alliant TechSystems Operations LLC – ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a not-to-exceed $8,762,690 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0016 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by April 30, 2020. Fiscal 2019 ammunition procurement funds in the amount of $8,762,690 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Enfield Enterprises Inc., Springfield, Massachusetts, has been awarded a $7,221,081 requirements contract for the replacement of Halon and electrical at Guided Weapons Evaluation Facility. This contract consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with the replacement of Halon and electrical at Guided Weapons Evaluation Facility, Eglin Air Force Base, Florida, in accordance with the specifications and drawings. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by May 26, 2020. This award was the result of a competitive acquisition and two offers were received. Fiscal 2019 3600 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-19-C-A044).

DEFENSE LOGISTICS AGENCY

Alaska Structures Inc., Scottsdale, Arizona, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Locations of performance are Arizona and New Mexico, with a Sept. 25, 2020, performance completion date. Using military services are Army, Air Force, Navy and Marine Corps. 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-1197).

DJ Engineering Inc.,* Augusta, Kansas, has been awarded an estimated $26,174,400 indefinite-delivery/indefinite-quantity contract for A-10 elevators. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Kansas, with a Sept. 16, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah (SPRHA4-19-D-0004).

W K Containers Inc.,* Mill Valley, California, has been awarded a maximum $7,007,122 fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with six offers received. This is a one-year contract with no option periods. Locations of performance are California and Korea, with a March 16, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-C-0008).

NAVY

BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $86,117,104 firm-fixed-price contract for the execution of USS Decatur (DDG 73) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This availability will include a combination of maintenance, modernization and repair of USS Decatur. This is a Chief of Naval Operations scheduled EDSRA. The purpose is to maintain, modernize and repair USS Decatur. This is a "long-term" availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization for USS Decatur. This contract includes options which, if exercised, would bring the cumulative value of this contract to $88,816,552. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $86,117,104 was obligated at time of award and funding in the amount of $72,807,997 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition 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-4455). (Awarded Sept. 7, 2019)

BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $84,595,351firm-fixed-price contract for the execution of USS Stethem (DDG 63) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This is a Chief of Naval Operations scheduled EDSRA. This availability will include a combination of maintenance, modernization, and repair of the USS Stethem. This is a "long-term" availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization for USS Stethem. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,183,466. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $84,595,351 was obligated at time of award, and funding in the amount of $72,805,698 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition 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-4459). (Awarded Sept. 7, 2019)

CH2M HILL Inc., Englewood, Colorado, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $75,000,000 for A-E services involving preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of Navy and other Department of Defense (DoD) environmental compliance programs for Navy, Marine Corps and other DoD installations and federal agencies. No task orders are being issued at this time. The work to be performed provides services for, but not limited to, petroleum storage tank and assets compliance, oil preparedness and planning compliance, air quality and Clean Air Act compliance, Safe Drinking Water Act compliance, Clean Water Act compliance (storm water), Clean Water Act Compliance (wastewater) and waste management. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including California (20%); Virginia (20%); North Carolina (20%); Europe, Africa, Southwest Asia (15%); Florida (5%); Maryland (5%); Washington (5%); Georgia (5%); and Texas (5%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4015).

AH/BC Navy JV LLC, Newport News, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $60,000,000 for compliance with Safe Water Act (SDWA), Clean Water Act (CWA) compliance program and all other environmental media regulations to support Navy, Marine Corps, other Department of Defense (DoD) installations and federal agencies worldwide. The work to be performed provides for support of compliance with the SDWA and CWA compliance program and all other environmental media regulations as required. The intent of this contract is to provide comprehensive A-E services to various Navy and other DoD installations/organizations worldwide in order to meet statutory compliance requirements for all applicable overseas environmental baseline guidance document, final governing standards, DoD, federal, state, local and installation-specific environmental laws, regulations, and guidance. This support includes preparation of studies, plans, specifications, design documents, reports, cost estimates and all associated engineering work including, but not limited to, work in SDWA compliance, storm water pollution prevention plans and CWA compliance, industrial pre-treatment/wastewater treatment plans and permit compliance, laboratory work and other miscellaneous environmental compliance services. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including, California (15%); Virginia (10%); North Carolina (10%); Florida (10%); Maryland (5%); Washington (5%); Georgia (5%); Far East Asia (5%); and Europe, Africa, Southwest Asia (35%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4001).

General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $21,150,803 firm-fixed-price delivery order from multiple-award indefinite-delivery/indefinite-quantity contract N00024-16-D-4418 for a selected restricted availability on USS Stockdale (DDG 106) to execute depot-level maintenance, alterations and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be complete by May 2020. This delivery order includes options, which, if exercised, would bring the cumulative value of this contract to $21,328,830 and be complete by May 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $21,150,803 will be obligated at time of award and expire at the end of the current fiscal year. This delivery order was competitively procured with one request for proposal solicited and three offers received via all eligible multiple award indefinite-delivery/indefinite-quantity contractors in the San Diego, California, area. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded an $11,414,936 modification (P00004) to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1057). This modification exercises an option for Phase 1 design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response production for the government of Saudi Arabia under the Foreign Military Sales (FMS) Act. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middletown, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%). Work is expected to be completed in October 2019. Foreign Military Sales funds in the amount of $11,414,936 are being obligated on this 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.

Briartek Inc.,* Alexandria, Virginia (N64498-19-D-4033), was awarded an $11,233,400 indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee services and firm-fixed-price supplies to support Man Overboard Indicators (MOBI) ship installations. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Mayport, Florida (5%), Pearl Harbor, Hawaii (5%); Pascagoula, Mississippi (5%); Marinette, Wisconsin (5%), Everett, Washington (5%); Bremerton, Washington (5%); Yokosuka, Japan (5%); and Sasebo, Japan (5%), and is expected to be completed by September 2024. Fiscal 2019 operation and maintenance (Navy) funding in the total amount of $37,967 was obligated at time of award and will 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, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 13, 2019)

The Boeing Co., Huntington Beach, California, is awarded a $10,849,103 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6307) for engineering services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. Engineering services under the existing contract will be used to further develop and study additional capabilities, payloads, operational uses, and deployment scenarios for the XLUUV program. Work will be performed in Huntington Beach, California, and is expected to be completed by September 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $374,638 will be obligated at time of award and $192,415 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

United States Marine Inc.,* Gulfport, Mississippi, is awarded a $9,510,838 firm-fixed-price modification to previously awarded contract (N00024-19-C-2226) in support of the Government of the Arab Republic of Egypt for eight 11 meter Naval Special Warfare rigid-hull inflatable boats, eight forward looking infrared systems, ship spare parts and other technical assistance for the Egyptian navy. Work will be performed in Gulfport, Mississippi, and is expected to be completed by December 2020. Foreign Military Sales funding in the amount of $9,510,838 will be obligated at time of award and contract funds will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured: international agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Modern International Inc.,* Barrigada, Guam, is awarded a firm-fixed-price task order (N40192-19-F-4384) at $9,503,702 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract to repair the aqueous film forming foam and sprinkler system at Building 2641, North Ramp, on Andersen Air Force Base. The work to be performed provides for the replacement of the fire and foam pumps, pump controllers, risers, sprinkler piping, heads, fittings, foam holding tanks, trench drains and monitor nozzle system, hose reels, fire suppression, discharge containment system, fire alarms, heat and flame detectors, monitors, mass notification system, electrical wiring and conduits, fuel tanks and containment, fuel piping, lighting fixtures, ceiling tiles and abatement of hazardous materials. Work will be performed in Yigo, Guam, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance, (Navy) contract funds in the amount of $9,503,702 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2801).

ARMY

Four Peaks Environmental Science & Data Solutions,* Wenatchee, Washington (W9127N-19-D-0005); Real Time Research Inc.,* Bend, Oregon (W9127N-19-D-0006); Environmental Assessment Services LLC,* Richland, Washington (W9127N-19-D-0007); R2 Resource Consultants Inc.,* Redmond, Washington (W9127N-19-D-0008): and S P Cramer & Associates Inc.,* Portland, Oregon (W9127N-19-D-0009), will compete for each order of the $40,000,000 firm-fixed-price contract for biological and ecological services for studies related to fishery issues. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $33,659,910 modification (KX04) to contract W15P7T-12-D-E010 for software and system engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $16,801,065 modification (P00693) to contract DAAA09-98-E-0006 for engineering and design for the Acetic Acid and Acetic Andhydride and Tank Farm Expansion project at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 31, 2021. Fiscal 2021 procurement of ammunition, Army funds in the amount of $16,801,065 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $15,001,571 modification (P00036) to contract W58RGZ-18-C-0043 for engineering services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $2,297,086 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Hamilton Sundstrand Corp., Phoenix, Arizona, was awarded a $13,944,038 firm-fixed-price contract for maintenance and overhaul, and upgrade and repair of the flight control computer. 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. 16, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0032).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1963450/source/GovDelivery/

Sur le même sujet

  • Webinar: Discover the All-in-One Cybersecurity Solution for SMBs

    3 août 2024 | International, C4ISR, Sécurité

    Webinar: Discover the All-in-One Cybersecurity Solution for SMBs

    Learn how SMBs and MSPs can simplify, accelerate, and scale cybersecurity with an All-in-One platform. Join our webinar for expert insights and soluti

  • 2 companies to build digital models of new Space Force missile warning sensors

    28 mai 2021 | International, Aérospatial

    2 companies to build digital models of new Space Force missile warning sensors

    The models will provide a

  • Contract Awards by US Department of Defense - March 27, 2019

    29 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 27, 2019

    ARMY Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $1,135,410,156 modification (P00010) to Foreign Military Sales (Poland, Bahrain and Romania) contract W31P4Q-18-C-0049 for Guided Multiple Launch Rocket systems full rate production. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 31, 2021. Fiscal 2017, 2018 and 2019 foreign military sales; and other procurement, Army funds in the combined amount of $1,082,536,179 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $113,806,534 firm-fixed-price contract for computing services. Bids were solicited via the internet with three received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of March 28, 2024. Fiscal 2019 other procurement, Army funds in the amount of $16,062,071 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-F-0028). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $58,911,077 modification (P00019) to contract W52P1J-17-C-0024 to procure 120mm M1002 new production cartridges and 120mm M865 recap cartridges for 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of Oct. 12, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $58,911,077 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Northrup Grumman Innovation Systems, Plymouth, Minnesota, was awarded a $36,815,048 modification (P00011) to contract W52P1J-17-C-0025 to procure 120mm tank training ammunition M1002 new production cartridges and 120mm tank training ammunition M865 recapitalized cartridges. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Oct. 31, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $36,815,048 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Odyssey International Inc.,* Mesa, Arizona, was awarded a $19,832,000 firm-fixed-price contract for construction of a replacement air traffic control tower and base operations complex. Bids were solicited via the internet with five received. Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Sept. 27, 2020. Fiscal 2016 and 2019 military construction funds in the amount of $19,832,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3005). Professional Contract Services Inc., Austin, Texas, was awarded a $17,285,295 modification (P00017) to contract W91151-16-D-0101 for full food and dining facility attendant support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. U.S. Army Mission Installation Contracting Command, Fort Hood, Texas, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $15,580,588 modification (P00159) to contract W56HZV-15-C-0095 to incorporate Engineering Change Proposal OSKW8215R1 low velocity aerial delivery A1 transmission support plate, mid-power pack, and mounts, rails and mid-power pack into the baseline configuration of the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army; procurement Marine Corps; research, development, test and evaluation; Navy procurement; and Air Force procurement funds in the amount of $15,580,588 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. CACI-ISS Inc., Chantilly, Virginia, was awarded a $15,000,000 modification (P00012) to contract W52P1J-17-C-0029 to provide planning, analytical, operational and technical services. Work will be performed in Arlington, Virginia, with an estimated completion date of March 26, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $9,323,130 modification (P00097) to contract W56HZV-15-C-0099 for systems technical support and sustainment systems technical support services, consisting of engineering, logistics, and fielding support for the Bradley Fighting Vehicle family of vehicles, the Multiple Launch Rocket System Carrier, and the M113 Armored Personnel Carrier family of vehicles. Work will be performed in Killeen, Texas; and El Paso, Texas, with an estimated completion date of July, 8, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,323,130 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. NAVY CGI Federal Inc., Fairfax, Virginia, is awarded a $222,875,514 firm-fixed-price, fixed-price incentive firm target, firm-fixed-price level of effort, cost-plus-fixed-fee and cost reimbursement contract (N00039-19-C-0004) to provide Electronic Procurement System (ePS), a contract writing system to the Department of the Navy with standardized, comprehensive, end-to-end contract management of services, supplies, construction and grants. ePS will provide the flexibility to interface with Navy, Department of Defense and federal electronic systems as needed to meet the requirements of all stakeholders, and as defined in statutes, regulations and approved business practices. Work will be performed in Washington, District of Columbia, and is expected to be completed in March 2029. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $7,859,946 will be obligated at time of award, with $3,962,974 of the fiscal 2018 funds expiring at the end of the current fiscal year. The contract was competitively procured via Space and Naval Warfare Systems Command e-Commerce and Federal Business Opportunities websites, with six offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $121,682,327 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for the hurricane recovery efforts at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed includes roof repairs, internal and external building repairs, and civil repairs. After award of this modification, the total cumulative contract value will be $144,008,671. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $121,682,327 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 (N62470-13-D-6020). Raytheon Space and Airborne Systems, El Segundo, California, is awarded a $57,980,007 long-term requirements contract for repair of 25 weapon repairable assemblies for the APG-79 active electronically scanned array radar system used on the F/A-18 aircraft. The contract includes a three-year base period with two one-year options, which, if exercised, would bring the total value of the contract to an estimated $98,637,530 based on estimated quantities. Work will be performed in Forest, Mississippi, and work is expected to be completed by March 2022; if all options are exercised, work will be completed by March 2024. No funds will be obligated at the time of award. Working capital funds (Navy) will be obligated as individual orders are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole-sourced, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UP01). Cardno TEC-Leidos LLC JV, Charlottesville, Virginia, is awarded a $50,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect-engineering contract for services to support the Tactical Training Theater Assessment and Planning program, and it is intended to ensure the sustainability of Navy training ranges and operating areas to support warfighter readiness around the world. The contract requires the services of environmental engineering and military operations specialists, and the use of engineering and biological sciences and principles and methods of engineering analysis. Work under this contract will be performed in the geographic regions of the Naval Facilities Engineering Command (NAVFAC) Atlantic's area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans, including the continental U.S., the Caribbean, Europe, and North Africa. Work will be primarily performed within NAVFAC Atlantic's AOR, which includes, but is not limited to, Virginia (50 percent); California (20 percent); Florida (20 percent); and Washington (10 percent). Work may also be added and performed anywhere outside of NAVFAC Atlantic's AOR, as required by the government, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,000 for the minimum guarantee are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4009). The Boeing Co., Huntington Beach, California, is awarded a $46,700,000 fixed-priced-incentive modification to previously awarded contract N00024-17-C-6307 for the Orca Extra Large Unmanned Undersea Vehicle (XLUUV) program. The Feb. 13, 2019, contract announcement for the XLUUV program occurred while source selection was ongoing, and therefore the specific contract award amount was considered source selection sensitive information and was not made public. This contract modification award completes the XLUUV competition and brings the total awarded amount for five XLUUVs and associated support elements to $274,400,000. Work will be performed in Huntington Beach, California (29 percent); Virginia Beach, Virginia (27 percent); Waukesha, Wisconsin (8 percent); East Aurora, New York (7 percent); Concord, Massachusetts (7 percent); Camden, New Jersey (5 percent); Smithfield, Pennsylvania (4 percent); Attleboro, Massachusetts (3 percent); City of Industry, California (3 percent); El Cajon, California (3 percent); Fairfield, New Jersey (2 percent); Ontario, California (1 percent); and Farmingdale, New York (1 percent), and is expected to be completed by December 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $9,000,000 will be 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. Starwin Industries Inc.,* Dayton, Ohio (N00164-19-D-WS21); Garrity Tool Co. LLC,* Indianapolis, Indiana (N00164-19-D-WS33); Loughmiller Machine, Tool & Design Inc.,* Loogootee, Indiana (N00164-19-D-WS34); D-J Engineering Inc.,* Augusta, Kansas (N00164-19-D-WS35); MSP Aviation Inc.,* Bloomington, Indiana (N00164-19-D-WS36); and Integrity Defense Services Inc.,* Springville, Indiana (N00164-19-D-WS37); and Middletown Composites Inc.,* Berea, Kentucky (N00164-19-D-WS38), are each awarded a combined aggregate not-to-exceed $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract with a five-year ordering period to procure machined parts or composite components in support of build-to-print machine shop requirements for supplies related to EA-6B, EA-18G and P-8A aircraft components, as well as various other related platforms. These seven small businesses will have the opportunity to propose on individual delivery orders throughout the five-year ordering period of the indefinite-delivery/indefinite-quantity contracts. Work will be performed at each of the contractors' facilities per delivery order and is expected to be completed in April 2024. Percentage breakdown of work is to be determined. Navy Working Capital Funding in the amount of $10,000 will be obligated concurrently to each awardee upon award of the initial delivery orders and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-17-D-0008); Edifice LLC.,* Beltsville, Maryland (N40080-17-D-0009); Hascon LLC.,* Columbia, Maryland (N40080-17-D-0010); Pinnacle Construction and Development Group Inc.,* Cleveland, Ohio (N40080-17-D-0011); Reilly Construction Inc.,* Chantilly, Virginia (N40080-17-D-0012); and Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-17-D-0013), are awarded a combined $10,000,000 firm-fixed-price modification to previously awarded indefinite contract to exercise Option Two for construction projects for general and administrative facilities located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). After award of this option, the total cumulative contract value will be $122,000,000. Work will be performed at various administrative facilities within the NAVFAC Washington AOR, including but not limited to, Maryland, Washington, District of Columbia, and Virginia, and is expected to be completed by March 2020. Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. NAVFAC Washington, Washington, District of Columbia, is the contracting activity. Blue Rock Structures Inc.,* Pollocksville, North Carolina, is awarded a $9,207,530 firm-fixed-price task order N4008519F5128 under a previously awarded multiple award construction contract (N40085-16-D-6300) for interior and exterior repairs to building AS515 at Marine Corps Base, Camp Lejeune, North Carolina. The work provides new architectural finishes, new electrical system, new telecommunication system, new plumbing, new HVAC system, new membrane roof, and incidental-related work. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by May 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $9,207,530 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Peraton Inc., Annapolis, Maryland, is awarded an $8,543,905 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded indefinite-delivery/indefinite-quantity contract N00174-11-D-0002 to extend the ordering period and exercise Option Year VIII for the procurement and support of the Transmitting Set, Countermeasures AN/PLT-4 to support explosive ordnance disposal personnel. The AN/PLT-4 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal (JSEOD) Counter-Radio-Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2020. No funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AIR FORCE L-3 Technologies, Greenville, Texas, has been awarded a not-to-exceed $142,000,000 cost-plus-fixed-fee undefinitized contract action for the procurement of Group B material and the Ground System Integration Lab. Work will be performed in Greenville, Texas, and is expected to be complete by Dec. 31, 2023. This contract involves 100 percent foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $69,580,000 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-G-3027/FA8620-19-F-4872). Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $23,609,858 fixed-price incentive modification (P00050) to previously awarded contract FA3002-17-C-0009 for base operations support. This modification provides for the exercise of Option Two. Work will be performed at Maxwell-Gunter Air Force Base, Alabama, and is expected to be complete by March 31, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value to $86,319,044. The 42nd Contracting Squadron, Montgomery, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, has been awarded an $18,578,053 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for J85 engine maintenance. This contract provides for managing the full cycle of production by planning, scheduling, directing, and controlling all maintenance on jet engines and support equipment, as well as monitoring serviceable base stock levels and target serviceable requirements of each customer. Work will be performed at Laughlin Air Force Base, Texas, and is expected to be complete by Sept. 30, 2020. This award is the result of a sole-source acquisition. The Air Force Installation Contracting Agency, 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-A004). BlueForce Inc., Hampton, Virginia, has been awarded a $12,325,425 firm-fixed-price task order for the Royal Saudi Air Force English Language Training outside the continental U.S. program. Work will be performed at King Abdul Aziz Air Base, Saudi Arabia, and is expected to be complete by Jan. 3, 2024. This contract involves 100 percent foreign military sales to the Kingdom of Saudi Arabia. This award is the result of a competitive acquisition and four offers were received. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio Randolph, Texas, is the contracting activity (FA3002-19-F-A045). L-3 Communications, Greenville, Texas, has been awarded an $11,465,007 cost-plus-fixed-fee contract for the procurement of Ground System Development and Integration. Work will be performed in Greenville, Texas, and is expected to be complete by Nov. 30, 2022. This contract involves 100 percent foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-G-3027/FA8620-19-F-4836). CAE USA Inc., Tampa, Florida, has been awarded a $7,245,585 firm-fixed-price modification (P00144) to previously awarded contract FA8223-10-C-0013 for support of the KC-135 Aircrew Training System. This modification provides for collective bargaining agreement wage adjustments resulting from Fair Labor Standards Act and Service Contract Act, and brings the total cumulative face value of the contract to $464,618,081. Work will be performed at Altus Air Force Base, Oklahoma; Grissom Air Reserve Base, Indiana; MacDill AFB, Florida; Pittsburgh Air National Guard Base, Pennsylvania; Rickenbacker ANGB, Ohio; Scott AFB, Illinois; Fairchild AFB, Washington; Milwaukee ANGB, Wisconsin; March AFB, California; and Hickam AFB, Hawaii. Work is expected to be complete by Dec. 31, 2019. Fiscal 2019 operations and maintenance funds in the amount of $7,245,585 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Leading Technology Composites Inc., Wichita, Kansas, was awarded a $50,000,000 ceiling increase to an indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92222-14-D-0061-P00005) in support of U.S. Special Operations Command (USSOCOM) for the purchase of SOF Personal Equipment Advance Requirements Tactical Standalone (SPEAR) and Modular Supplemental Armor Protection (MASP) ballistic plates. The estimated total contract value is $175,000,000. No money was obligated at the time of award. The work will be performed in Wichita, Kansas, and is expected to be completed by Nov. 27, 2020. This contract was awarded in accordance with Federal Acquisition Regulation Authority (FAR) 6.302-1, “Other than Full and Open Competition, Only one Responsible Source”. USSOCOM, Tampa, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY GTA Containers Inc.,* South Bend, Indiana (SPE8EG-19-D-0105); Apex Pinnacle, Corp.,* Binghamton, New York (SPE8EG-19-D-0106); MPC Containment Systems LLC,* Chicago, Illinois (SPE8EG-19-D-0107); Avon Engineered Fabrications (AEF),* Picayune, Mississippi (SPE8EG-19-D-0108); and North American Fuel Tank,* Mansfield, Texas (SPE8EG-19-D-0109), are sharing a maximum $47,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-18-R-0008 for tank fabrication berm liners. This was a competitive acquisition with seven offers received. These are one-year base contracts with four one-year option periods. Locations of performance are Indiana, New York, Illinois, Mississippi, and Texas with a March 26, 2024, performance completion date. Using military services are Navy and Air Force. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Meridian Airport Authority, doing business as Meridian Aviation, Meridian, Mississippi, has been awarded a maximum $18,062,977 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a 46-month contract with one six-month option period. Location of performance is Mississippi, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-1-D-0029). DEFENSE INFORMATION SYSTEMS AGENCY General Dynamics Information Technology, Fairfax, Virginia, was awarded a firm-fixed-price contract modification on March 27, 2019, to exercise Option Year Four of task order HC1013-15-A-0004-0001. This task order was previously awarded under the competitive blanket purchase agreement against General Services Administration's Information Technology Schedule 70 contract for Air Force Air Defense Communications Services. The face value of this action is $7,200,000, funded by fiscal 2019 operations and maintenance funds. The total cumulative value of the order is $21,367,054. Performance is throughout the continental U.S., as well as Alaska, Hawaii and Guam. The period of performance for this action is April 1, 2019, to March 31, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-A-0004-0001 23). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1797925/

Toutes les nouvelles