22 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

Contract Awards by US Department of Defense – September 21, 2020

NAVY

Heffler Contracting Group,* El Cajon, California (N62473-20-D-1122); HHI Corp.,* Ogden, Utah (N62473-20-D-1123); I.E.-Pacific Inc.,* Escondido, California (N62473-20-D-1124); Peter Vander Werff Construction Inc.,* El Cajon, California (N62473-20-D-1125); and R. A. Burch Construction Co., Inc., Ramona, California (N62473-20-D-1126), are each being awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation and repair of general building construction at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. The maximum dollar value including the base period and one option period for all five contracts combined is $495,000,000. The work to be performed provides for new construction, renovation and repair of administration buildings, armories, auditoriums, bachelor enlisted quarters, child care centers, fire stations, gymnasiums, hangars, hospitals, maintenance/repair facilities, warehouses and other similar facilities. The initial task orders will be to issue minimum guarantees in the amount of $5,000 for all five offerors. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90%); Arizona (6%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $25,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M (Navy); O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website with 16 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contracts. NAVFAC Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $351,810,277 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4314 for the USS Boise (SSN 764) early production period that encompasses continued advance planning, execution services, production and availability preparations for the USS Boise engineered overhaul. This contract modification includes options, which if exercised, will bring the cumulative value of this action to $355,015,496. Work will be performed in Newport News, Virginia, and is expected to be completed by May 2023. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $351,810,277 will be obligated at time of award, of which, funds in the amount of $351,810,277 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, is awarded a $21,747,155 modification (P00014) to previously awarded firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract N61340-17-D-0005. This modification exercises options to provide intermediate-level maintenance, repair and logistics support services to include labor, direct and indirect material for Chief of Naval Air Training aircraft. Additionally, this modification procures tooling and equipment required to support and maintain four aircraft intermediate maintenance departments and related support equipment. Work will be performed in Pensacola, Florida (47%); Corpus Christi, Texas (40%); Whiting Field, Florida (10%); and Meridian, Mississippi (3%), and is expected to be completed in September 2021. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

USA Waste of California Inc., doing business as Waste Management, Los Angeles, California, is awarded a maximum amount of $21,658,159 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan and San Diego County areas. The work to be performed provides for labor, supervision, management and materials to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. An initial task order is being awarded at $2,317,525 for integrated solid waste management services at Naval Base, San Diego, California (45%); Marine Corps Air Station, Miramar, California (24%); Naval Base Point, Loma, California (24%); Marine Corps Recruit Depot, California (6%); Camp Michael, Monsoor, California (less than 1%); Remote Survival, Evasion, Resistance, and Escape Camp, Warner Springs, California (less than 1%); and Camp Morena, California (less than 1%). Work for this task order is expected to be completed by September 2021. The term of the contract is not to exceed 96 months with an expected completion date of September 2028. Fiscal 2021 operations and maintenance Navy (O&M, N); operations and maintenance Defense Health Program (O&M, DHP); and Navy working capital funds (NWCF) in the amount of $2,317,525 will be obligated at the beginning of the fiscal year and will expire at the end of that fiscal year. Future task orders will be primarily funded by O&M, N; O&M, DHP; and NWCF contract funds. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1128).

Management Services Group Inc., doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded a $21,580,941 firm-fixed-priced modification to previously awarded contract N63394-19-C-0008 to exercise options for the production of ordnance alteration kits, on-board allowance spares and installation and checkout kits for Technical Insertion 12H of the Common Processing System. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by April 2021. Fiscal 2019 other procurement (Navy); fiscal 2019 procurement (defense-wide) funding; and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $21,580,941 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, is awarded a $12,772,525 modification (P00012) to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0014. This modification exercises options to procure consumable parts and material in support of the C/KC-130J aircraft for the Marine Corps, Marine Corps Reserves, Coast Guard and the government of Kuwait. Work will be performed in Marietta, Georgia (66.5%); Palmdale, California (15.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%), Newburgh, New York (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed by December 2023. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Alexandra Construction Inc.,* Newton, Massachusetts, is awarded an $11,213,400 firm-fixed-price contract for the renovation of the communications building at Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed will consist of a total interior and partial exterior renovation of Building 13, including abating hazardous materials; a new stair and elevator tower; upgrading the building's structural support system; restoring original window openings; providing offices, conference and break areas; providing accessibility via ramp and elevator; and completely overhauling the building's mechanical, electrical, data and fire protection systems. Work will be performed in Kittery, Maine, and is expected to be completed by November 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $11,213,400 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Contract Opportunities website with three proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0071).

L3Harris Technologies Inc., North Amityville, New York, is awarded a $7,363,788 firm-fixed-price contract that continues efforts associated with Small Business Innovation Research Phase III Topic Number 9895 titled “MIL-STD-1760A Compatible Multiple Smart Weapon Employment Mechanism.” This contract provides for the production and delivery of 1,168 umbilical cables and attaching hardware for use on the Bomb Rack Unit (BRU)-55. Work will be performed in Brighton, United Kingdom (79.13%); Franklin, Pennsylvania (10.51%); and Amityville, New York (10.36%), and is expected to be completed by May 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,363,788 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-C-0368).

Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N55236-18-D-0001); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N55236-18-D-0002); Epsilon Systems Solutions Inc.,* National City, California (N55236-18-D-0003); Tecnico Corp.,* Chesapeake, Virginia (N55236-18-D-0004); Southcoast Welding and Manufacturing LLC,* Chula Vista, California (N55236-18-D-0005); Bay City Marine Inc.,* National City, California (N55236-18-D-0006); Pacific Ship Repair and Fabrications Inc.,* San Diego, California (N55236-18-D-0007); and Miller Marine Inc.,* San Diego, California (N55236-18-D-0008), are each awarded firm-fixed-price contract modifications with a combined overall ceiling increase of $7,208,259 to exercise Option Year Three of their respective previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts to provide depot level repairs, interior and exterior preservation, barge modernization upgrades, dockside and dry dock services for Navy barges. Work will be performed in San Diego, California, and is expected to be completed by October 2021. No funding is being obligated at time of award. Each contractor was awarded one contract and subsequently will compete for each delivery order when a requirement is identified. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, has been awarded a $463,002,062 cost reimbursement option contract for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally-Funded Research and Development Center. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations throughout the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 30, 2021. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $158,100 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8702-19-C-0001).

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $119,172,657 cost-plus-incentive-fee modification (P00007) to contract FA8823-20-C-0004 for the Ground-Based Electro Optical Deep Space Surveillance (GEODSS) System upgrade on Ground-Based Optical Sensor System (GBOSS) engineering and manufacturing development (EMD) pre-priced option. This modification provides for the exercise of an option for the GBOSS EMD Phase to complete the design for the integrated system; develop and/or modify software required to support the system; design and build new European and Pacific sites and add an additional sensor tower enclosure to the GEODSS White Sands Missile Range site; upgrade and/or acquire, integrate, test and field the 12 GEODSS Enhanced Technology sensor towers; and design, develop and/or acquire, integrate, test and field the three Advanced Technology Sensor towers. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by June 27, 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $12,000,000 are being obligated at the time of award. Total cumulative face value of the contract is $218,167,008. The Space and Missile Systems Center Directorate of Contracting, Peterson Air Force Base, Colorado, is the contracting activity.

PAR Government Systems Corp., Rome, New York, has been awarded an $11,972,009 cost-plus-fixed-fee contract for software deliverables. This contract provides for the research, design, development, assembly, integration, demonstration, experimentation, analysis, testing and further development of innovative technologies, concepts, architectures, capabilities and a concept of operations using the Air Force Research Laboratory (AFRL) Integrated Information Management System Cyber Technology Maturation Framework Form, Fit, and Function prototype environment and other relevant frameworks. Work will be performed in Rome, New York, and is expected to be completed by October 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $190,000 are being obligated at the time of award. AFRL, Rome, New York, is the contracting activity (FA8750-20-C-1545).

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded an $8,714,641 cost-plus-fixed-fee contract for Software Programmable Agile Radio for Tactical Connected Ubiquitous Systems software/hardware system prototype. This contract provides for the communication challenges of multi-domain operation by combining the Software Programmable Agile Radio next program's true Software Defined Radio approach with low-cost, state-of-the-art, digital hardware and front-end modularity, to develop a low-cost, high-performance ground radio that supports multiple waveforms. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed Sept. by 21, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $530,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-1542).

DEFENSE LOGISTICS AGENCY

Alliant Enterprises LLC,* Grand Rapids, Michigan, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for patient monitoring and capital equipment systems and accessories. This was a competitive acquisition with 50 offers received. This is a five-year base contract with one five-year option period. Location of performance is Michigan, with a Sept. 20, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0012).

ARMY

BAE Systems Ordnance Systems, Kingsport, Tennessee, was awarded a $17,470,393 modification (P00727) to contract DAAA09-98-E-0006 to complete the modernization of existing neutralization basins and upgrade clarifiers at the industrial wastewater treatment facility and complete facility maintenance at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of March 31, 2023. Fiscal 2020 procurement of ammunition (Army) funds in the amount of $17,470,393 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

BAE Systems Ordnance System, Kingsport, Tennessee, was awarded a $17,211,588 modification (P00716) to contract DAAA09-98-E-0006 to complete the design of the Filter Wash Facility Building E at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Oct. 31, 2021. Fiscal 2020 procurement of ammunition (Army) funds in the amount of $17,211,588 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

*Small business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/2355497/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - May 21, 2020

    22 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - May 21, 2020

    U.S. TRANSPORTATION COMMAND Marine Terminals Corp., San Pedro, California, has been awarded a $95,835,034 firm-fixed-price contract (HTC711-20-D-R046) providing stevedoring and related terminal services at ports in Northern California. Work will be performed at the Military Ocean Terminal, Concord, California; and the Port of Oakland, California. The contract period of performance is from Aug. 7, 2020, to Aug. 6, 2025. Fiscal 2020 transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, in the contracting activity. NAVY AECOM-BAKER-CARDNO NAVFAC Atlantic Planning JV, Arlington, Virginia, is awarded a $95,000,000 maximum amount, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer services for preparation of Navy and Marine Corps planning and engineering services for work located primarily in the continental U.S. east coast, but also worldwide. The work to be performed provides for: (a) Plans: global shore infrastructure plans; installation development plans; regional integration plans; functional plans; maintenance and sustainment plans; integrated product support plans; encroachment action plans; family housing and bachelor quarters comprehensive neighborhood plans; activity overview plans; and installation appearance plans; (b) Project Planning Documents: the preparation of military construction project planning documentation; preparation of construction cost estimates, preliminary and parametric cost estimates and siting-land use studies/analyses; special site approvals; economic analyses; asset evaluations; basic facility requirements documentation; facilities planning documents; preliminary hazard analyses; preliminary hazard lists, and sustainable design studies; (c) Studies: concept studies; special planning studies, business case analysis studies and traffic/parking/movement studies; facilities planning studies, feasibility studies, safety studies and air installation compatible use zones; range air installation compatible use zones studies; site studies; facilities life cycle studies; activity planning and management models and electronic land use/planning tools/studies. Work is expected to be complete by May 2025. No task orders are being issued at this time. The term of the contract is not to exceed 60 months. Fiscal 2020 operations 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 and two proposals were received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0006). Lockheed Martin Corp. Rotary and Mission Systems, Baltimore, Maryland, is awarded a $48,965,154 firm-fixed-price modification to previously awarded contract N63394-20-C0004 to exercise options for launch sequencer MK 5 Mod 2 production units in support of the Vertical Launch System. Work will be performed in Oldsmar, Florida. The Vertical Launch System provides area and self-defense, anti-air warfare capabilities, counter-air and land attack cruise missile defense and surface and subsurface warfare capabilities. Work is expected to be complete by April 2022. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $48,965,154 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $27,770,370 modification (P00174) to previously awarded cost-plus-fixed-fee contract N00019-14-C-0067. This modification procures integrated logistics support for the Boeing P-8A Poseidon warfare aircraft for the Navy, the government of Australia, and the government of the United Kingdom. Work will be performed in Seattle, Washington (68%); Jacksonville, North Carolina (16%); Whidbey Island, Washington (4%); Sigonella, Italy (3%); Kadena, Japan (2%); Bahrain, Bahrain (2%); Misawa, Japan (2%); Kaneohe Bay, Hawaii (2%); and various locations within and outside the continental U.S. (1%). Work is expected to be complete by March 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $8,391,473; Royal Australian Air Force cooperative program funds in the amount of $256,187; and Foreign Military Sales funds in the amount of $133,083 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. DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $26,047,878 firm-fixed-price modification to previously-awarded contract N63394-20-C-0002 to exercise options for launch control unit Mk 235 Mod 11 and Mod 12 production units in support of the Vertical Launch System (VLS). Work will be performed in Johnstown, Pennsylvania. This option exercise is for the manufacture, assembly, test and delivery of additional production units of the VLS launch sequencer launch control unit Mk 235 Mod 11 and 12, part numbers 7104280-119 and 7104280-129, respectively. The VLS provides area and self-defense, anti-air warfare, surface and subsurface capabilities, counter-air and land attack cruise missile defense, and is equipped with two redundant launch control units, each of which is electrically interfaced with all of the launch sequencers in the system. Work is expected to be complete by February 2021. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $26,047,878 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. Management Services Group Inc.,* doing business as Global Technical Systems, Virginia Beach, Virginia, is awarded a $24,385,746 firm-fixed-price modification to previously-awarded contract N00024-20-C-5608 for procurement of network, processing and storage (NPS) technical insertion (TI) 16, modification (MOD) 1 production equipment, which provides computer processing and memory, data storage and extraction, network systems and input/output interfaces to host software applications of Navy combat systems. This contract combines purchases for the Navy (62%) and the government of the Commonwealth of Australia (38%) under the Foreign Military Sales (FMS) program. Work will be performed in Virginia Beach, Virginia. The NPS program consists of enterprise products in use across surface Navy combat systems which introduce powerful, commercially available, off-the-shelf processors as part of a general strategy to achieve a modular and open architecture design. NPS is comprised of two different common processing system enclosure assemblies and three variants: advanced storage area network, core computing system, and air-cooled processing and storage subsystem. Aegis weapon system Aegis modernization upgrade equipment systems are also included in this procurement and align requirements to include the Aegis local area network interconnect system, Aegis conversion equipment group Input/Output 1 and 2, and digital video display system. Work is expected to be complete by December 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds; FMS Australia funds; 2015 shipbuilding and conversion (Navy) funds; 2016 shipbuilding and conversion (Navy) funds; and 2020 other procurement (Navy) funds in the amount of $24,385,746 will be obligated at time of award, and funds in the amount of $39,356 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $22,506,572 modification (P00007) to previously awarded cost-plus-fixed-fee contract N00014-19-C-1054 for the Cloud to Edge Environment. This modification adds Options 5 through 10, and exercises Options 5, 9 and 10, which increases the contract value by $22,506,572. Under this modification, the contractor will continue work to deliver a secure development and operations (SecDevOps) environment enabling cloud-based collaborative development, simulation, testing and certification of evolving Navy software systems. Work will be performed in Arlington, Virginia (68%); Mount Laurel, New Jersey (23%); Washington, D.C. (6%); Rhode Island (2%); and various places below 1%. Work is expected to be complete by February 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $77,844 are obligated at the time of award and will expire at the end of the current fiscal year. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $20,453,641 are obligated at the time of award and will not expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity. Alere San Diego Inc., doing business as Immunalysis Corp., San Diego, California, is awarded a $7,066,152 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for U.S. Food and Drug Administration and quality management documented fentanyl/norfentanyl immunoassay reagent kits for use with the currently installed Beckman Coulter AU5800 series systems for the Department of Defense Drug Demand Reduction Program. This is a two-year single award contract, and deliveries are expected to be complete by May 2022. Fiscal 2020 defense-wide, one-year operations and maintenance funds will be obligated on decentralized individual delivery orders during the base period. No funds will be obligated at the time of award and the minimum guarantee under the contract is 100 kits. The contract was competitively procured via the Federal Business Opportunities website, and three offers were received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-D-5004). ARMY Raytheon Co., Tewksbury, Massachusetts, was awarded a $92,370,000 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for sustainment, maintenance, training, refurbishment, overhaul, engineering services and spares to support ongoing operations of the National Advanced Surface to Air Missile System. 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 Feb. 14, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0008). AECOM Management Services Inc., Germantown, Maryland, was awarded a $10,507,113 modification (0001BW) to contract W52P1J-12-G-0028 for logistics support services, including maintenance, supply and transportation. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of Nov. 17, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,507,113 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Integration Innovation Inc.,* Huntsville, Alabama, was awarded an $8,310,128 modification (000117) to contract W31P4Q-18-A-0089 for the International Apache Technical Lifecycle Support task order. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 4, 2021. Fiscal 2020 Foreign Military Sales (Egypt, India, Indonesia, Israel, Japan, Kuwait, Netherlands, Qatar, Saudi Arabia, Singapore, Republic of Korea, Taiwan, United Arab Emirates and United Kingdom) funds in the amount of $8,310,128 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Creighton AB Inc.,* Reidsville, North Carolina, has been awarded a maximum $12,080,120 indefinite-delivery/indefinite-quantity contract for men's and women's dress coats. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina and New York, with a May 20, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1274). AIR FORCE LinQuest Corp., Los Angeles, California, has been awarded an $11,008,552 firm-fixed-price modification (P00047) to contract FA8819-15-F-0001 for the Space and Missile Systems Center technical support follow-on task order bridge extension. This modification provides continued technical support services for the Special Programs Directorate, Los Angeles Air Force Base, California. Work will be performed at Los Angeles AFB, California, and is expected to be completed May 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $856,651; and fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are obligated at the time of award. The U.S. Space Force, Space and Missile Systems Center, Special Programs Directorate, Los Angeles AFB, California, is the contracting activity. Central Coast Water Authority, Buellton, California, has been awarded a $7,600,000 indefinite-delivery/indefinite-quantity delivery order to provide Vandenberg Air Force Base, California, and outlying municipalities with potable water. Work will be provided at Vandenberg AFB, California, and is expected to be completed June 14, 2032. The cumulative value of this contract is $165,443,388. Fiscal 2020 operations and maintenance funds in the amount of $7,593,715 are being obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity (F04684-92-D-0013). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2194990/source/GovDelivery/

  • Air Force offers glimpse of new, stealthy combat drone during first flight

    12 mars 2019 | International, Aérospatial

    Air Force offers glimpse of new, stealthy combat drone during first flight

    By: Kyle Rempfer The XQ-58A Valkyrie demonstrator, a long-range, high-subsonic unmanned combat air vehicle, completed its inaugural flight Tuesday at Yuma Proving Grounds, in Arizona. The Air Force's fleet of current drones, such as the MQ-9 Reaper, are basically giant gas bags that fly — able to loiter for long periods above friendly forces in order to provide armed overwatch and intelligence. But the airspace over future battlefields will likely not be permissive, and so new drones will need to be developed. XQ-58A Valkyries were developed under the low-cost attritable aircraft technology program — meaning they're cheap and can be lost in combat without too much concern. The drone and its derivatives are anticipated to perform a range of missions, including suppression of enemy air defenses, offensive and defensive counter-air maneuvers, nap-of-the-earth or terrain masking flight and high-altitude flying. The Valkyrie appears to come with a stealthy, low radar signature design, meaning it may be able to be paired with the F-35 Joint Strike Fighter in a manned-unmanned configuration. When entering enemy airspace filled with counter-air systems, the Valkyrie could conceivably soak up enemy fire or even attack enemy positions and aircraft. The F-35 has been touted by the Air Force chief of staff as the “quarterback of the joint team," and not simply another stealth aircraft. The fifth-generation fighter is expected to come with a suite of information fusion capabilities, enabling its pilot to process information and coordinate on the battlefield like never before. Full article: https://www.airforcetimes.com/news/your-air-force/2019/03/08/air-force-offers-glimpse-of-new-stealthy-combat-drone-during-first-flight

  • Vote du projet de budget 2021 des armées

    30 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Vote du projet de budget 2021 des armées

    Le projet de budget 2021 des armées est examiné en séance publique ce vendredi 30 octobre à l'Assemblée nationale. A hauteur de 39,2 milliards d'euros, en hausse de 4,5%, ce projet de budget apparaît toujours comme une priorité nationale, relève Le Monde. Les crédits de 2021 sont destinés à «réparer» et «moderniser» la défense. Ils permettront notamment d'acquérir trois avions tankers multirôles supplémentaires (MRTT), d'admettre le nouveau sous-marin Suffren au service actif, d'accroître les moyens cyberoffensifs des armées, et d'acheter des missiles air-sol AASM dans le cadre de la reconstitution des stocks de munitions. Florence Parly confirme qu'un texte législatif sera émis pour procéder à l'actualisation de la Loi de Programmation Militaire d'ici à fin 2021. Pour plus de détails : https://www.defense.gouv.fr/actualites/articles/projet-de-loi-de-finances-2021-engagements-tenus-pour-le-budget-de-la-defense

Toutes les nouvelles