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

Contract Awards by US Department of Defense - September 23, 2019

MISSILE DEFENSE AGENCY

Raytheon Integrated Defense Systems, Woburn, Massachusetts, is being awarded a modification on indefinite-delivery/indefinite-quantity contract HQ0147-18-D-0002. The value of this contract modification is $500,615,405, which increases the total ceiling value from $461,492,695 to $962,108,100. The contractor will continue to perform research and development support for the Army Navy Transportable Radar Surveillance Control Model-2 and Sea-Based X-Band radar. The modification also includes continued product improvement, warfighter support, engineering services, Ballistic Missile Defense System test subject matter experts (SME) support, modeling and simulation SME support, and cybersecurity. No task orders are being issued at this time. The work will continue to be performed in Woburn, Massachusetts. The period of performance remains the same, which is from Nov. 1, 2017, through Oct. 31, 2022, with a one year option. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., San Diego, California, has been awarded a maximum $375,792,189 firm-fixed-price delivery order (SPRPA1-19-F-E31N) against a five year basic ordering agreement (N00019-15-G-0026) for Multi Function Active Sensor Radar Systems for the MQ-4C Triton unmanned aircraft system. 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 six-year contract with no option periods. Location of performance is California, with a Dec. 31, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

American Water Operations and Maintenance Inc., Voorhees, New Jersey, has been awarded a $15,934,838 modification (P00116) to a 50-year utilities privatization contract (SP0600-07-C-8254) with no option periods incorporating an increase to the operations, maintenance, renewal and replacement charges for water and wastewater utility service systems. This is a fixed-price prospective redetermination contract. Location of performance is Virginia, with a Dec. 20, 2057, performance completion date. Using military service is Army. Type of appropriation is operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Crane Electronics Inc., Fort Walton Beach, Florida, has been awarded an estimated $9,283,185 fixed-price, requirements contract for AN/ALR-56C radar warning receiver low voltage power supplies in support of the F-15 aircraft. 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 contract with no option periods. Location of performance is Florida, with a Sept. 18, 2024, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-19-D-0010).

Twigg Corp., Martinsville, Indiana, has been awarded a maximum $9,270,251 firm-fixed-price contract for T404 support turbine assemblies. This was a competitive acquisition with two offers received. This is an 11-month contract with no option periods. Location of performance is Indiana, with a June 19, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-Z059).

NAVY

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $352,672,006 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0015). This modification increases the ceiling and scope of the contract to include the procurement of Lot 12-14 Generation 3 helmet mounted displays in support of the F-35 Lightning II program. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2020. 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.

The Boeing Co., St. Louis, Missouri, is being awarded $227,000,000 for ceiling-priced delivery order N00383-19-F-A34Y under previously awarded basic ordering agreement N00383-17-G-A301 for the procurement of main and nose landing gear assemblies in support of the F/A-18E/F and EA-18G aircrafts. The period of performance for this delivery order begins October 2019 and will be completed by March 2023 with no option periods. Work will be performed in St. Louis, Missouri. Annual working capital funds (Navy) in the amount of $111,230,000 will be will be obligated at the time of award and will not expire at the end of the current fiscal year. One company was solicited for this sole sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

General Electric Co., Lynn, Massachusetts, is being awarded a $219,407,194 modification (PZ0002) to a previously awarded firm-fixed-price contract (N00019-18-C-1061) to procure 48 F414-GE-400 install engines and engine devices for Lot 23 F/A-18E/F aircraft. Work will be performed in Lynn, Massachusetts (59%); Hooksett, New Hampshire (18%); Rutland, Vermont (12%); and Madisonville, Kentucky (11%), and is expected to be completed in August 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount $219,407,194 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.

Raytheon Co., Largo, Florida, is being awarded a $52,857,202 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-5200 to exercise options for design agent and engineering services to support the Cooperative Engagement Capability (CEC) program. This option exercise is for design agent and engineering services to perform advanced studies and integration efforts as well as software sustainment and support. The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. Work will be performed in Largo, Florida, and is expected to be completed by September 2020. Fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2019 operation and maintenance (Navy); and Foreign Military Sales funding in the amount of $7,130,069 will be obligated at time of award, and funds in the amount of $984,939 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Robertson Fuel Systems LLC, Tempe, Arizona, is being awarded a $31,101,308 firm-fixed-price contract to manufacture and deliver eight V-22 mission auxiliary tank systems for extended range of flight requirements in support of V-22 aircraft for the Navy (3); Marine Corps (2); Air Force (1); and the government of Japan (2). Work will be performed in Tempe, Arizona, and is expected to be completed in November 2021. Fiscal 2017 and 2018 aircraft procurement (Air Force and Navy); and Foreign Military Sales (FMS) funds in the amount of $31,101,308 will be obligated at time of award, $14,729,731 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps and Navy ($20,702,984; 66%); Air Force ($1,213,255; 4 %); and the government of Japan ($9,185,069; 30%) under the FMS program. This contract was not competitively procured pursuant to 10 U.S.Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0042).

Proaim Americas LLC, Grover, Missouri, is being awarded a $19,979,089 firm-fixed-price contract for Enterprise Ocular Picture Archiving and Communication System (OPACS) on behalf of multiple Department of Defense medical treatment facilities, within and outside the contiguous U.S. This is a five-year single award contract and work is expected to be completed by Sept. 30, 2024. Fiscal 2019 Defense Health Program other procurement funds in the amount of $3,737,387 will be obligated on an initial task order at the time of award and will expire at the end of the current fiscal year. This contract was a non-competitive sole source procurement in accordance with Federal Acquisition Regulation 6.302-1(c) issued via the Federal Business Opportunities website, with one proposal received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5012).

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is being awarded a $17,202,359 cost-plus-fixed-fee contract in support of the E-2D Advanced Hawkeye program to provide depot level repair capability for the AN/APY-9 radar line replaceable modules (LRMs). This contract provides technical services in support of development of electronic Consolidated Automated Support System (eCASS) compatibility reports and the associated technical data for AN/APY-9 radar avionics LRM. In addition, this contract provides for technical services for development system specifications that define the functional performance requirements for the operational test program sets to test the LRMs on the eCASS. Work will be performed in Liverpool, New York (45%); El Segundo, California (25%); Melbourne, Florida (24%); and Baltimore, Maryland (6%); and is expected to be completed in August 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,202,359 will be obligated at time of award, all 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)1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0248).

Sealift Inc., Oyster Bay, New York, is being awarded a $14,608,000 modification under a previously awarded firm-fixed-price contract (N3220519C3512) to fund the fifth one-year option period. The option will continue to provide one U.S. flagged vessel (M/V Capt. David I. Lyon) for the transportation and prepositioning of cargo including, but not limited to; hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes, and for military readiness for the Department of the Air Force. The vessel is capable of deployment to worldwide locations. The current contract is approximately 111-day firm period with four one-year option periods, and a 212-day option period. Work will be performed worldwide, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 working capital funds in the amount of $14,608,000 will be obligated at time of award and will not expire at the end of the fiscal year. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519C3512).

BAE Systems, Rockville, Maryland, is being awarded $10,144,531 for firm-fixed-price contract modification P00004 under a previously awarded contract (N00604-18-C-4001) to exercise Option Period Two for munitions handling and management services which includes receiving, storing, segregating, issuing, inspecting, and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands. This contract includes a nine month base period, and four 12-month option periods. The exercise of this option will bring the estimated value of the contract to $25,127,912, and if all options are exercised, it will bring the total value to $45,516,525. Work will be performed in Ewa Beach, Hawaii, and work is expected to be completed by September 2020; if all options on the contract are exercised, work will be completed by September 2022. Fiscal 2020 operation and maintenance funds (Navy) in the full amount of $10,144,531will be obligated once the modification to exercise option year one is awarded, and funds will not expire before the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with one offer received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

Sealift Inc., Oyster Bay, New York, is being awarded an $8,688,118 modification under a previously awarded, firm-fixed-price contract (N3220515C3201) to fund the fifth one-year option period. The option will continue to provide one U.S. flagged vessel (M/V LTC John D. Page) for the transportation and prepositioning of cargo including, but not limited to, hazardous cargoes, explosives, ammunition, vehicular, containerized, and general cargoes; and for military readiness for the Department of the Army. The vessel is capable of deployment to worldwide locations. The current contract includes a two month firm period of the performance, four one-year option periods, and one nine-month option period. Work will be performed worldwide, and is expected to be completed by July 5, 2020. Fiscal 2019 and 2020 working capital funds in the amount of $8,688,118 will be obligated at time of award and will not expire at the end of the fiscal year. Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220515C3201).

Gilbane Federal, Concord, California, is being awarded an $8,644,506 firm-fixed-price modification to increase the maximum dollar value of task order N6247318F5305 under an environmental multiple award contract for radiological confirmation sampling and surveying at Hunters Point Naval Shipyard. The work to be performed is to provide radiological confirmation investigation, survey, and reporting activities within Parcel C, at Hunters Point Naval Shipyard. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. After award of this modification, the total cumulative task order value will be $21,002,538. Work will be performed in San Francisco, California, and is expected to be completed by December 2023. Fiscal 2019 base realignment and closure, environmental, (Navy) contract funds in the amount of $8,644,506 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-0005).

Bell-Boeing Joint Program Office, Amarillo, Texas, is being awarded a $7,985,270 modification (P00095) to a previously awarded firm-fixed-price contract (N00019-12-C-2001). This modification provides for the modification of government furnished tooling as well as the acquisition of new tooling in support of V-22 aircraft production. A total of 47 tooling parts will be procured under this modification. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2021. Fiscal 2017 aircraft procurement (Air Force) funds in the amount of $7,985,270 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.

ARMY

Science and Engineering Services LLC,* Huntsville, Alabama, was awarded a $54,931,995 modification (P00003) to Foreign Military Sales (Afghanistan) W58RGZ-18-F-0063 for maintenance on UH-60 helicopters. One bid was solicited via the internet with one bid received. Work will be performed in Kandahar, Afghanistan, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 Afghanistan Security Forces funds in the amount of $54,931,995 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Meggitt Defense Systems Inc., Irvine, California, was awarded a $48,563,836 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for development, production, field operations support, installation support, training, cyber security support, systems and spares production and repairs of the Aerial Weapons Scoring 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 Sept. 8, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0010).

Thoma-Sea Marine Constructors,* Houma, Louisiana, was awarded a $24,491,400 firm-fixed-price contract for procurement and delivery of a steel barge. Bids were solicited via the internet with two received. Work will be performed in Houma, Louisiana, with an estimated completion date of July 19, 2023. Fiscal 2019 Mississippi River and Tributaries funds in the amount of $24,491,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0042).

S & E Services Inc.,* Edison, New Jersey, was awarded a $16,526,000 firm-fixed-price contract to construct a new Security Forces and Communications training facility. Bids were solicited via the internet with six received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Jan. 11, 2021. Fiscal 2019 military construction, Army National Guard funds in the amount of $16,526,000 were obligated at the time of the award. U.S. Property and Fiscal Office, New Jersey, is the contracting activity (W912PQ-19-C-9001).

Lead Builders Inc.,* Thousand Oaks, California, was awarded a $10,655,000 firm-fixed-price contract for building renovation. Bids were solicited via the internet with four received. Work will be performed in Vandenberg Air Force Base, California, with an estimated completion date of Oct. 30, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,655,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0027).

Simmonds Precision Products Inc., Vergennes, Vermont, was awarded a $10,155,178 firm-fixed-price contract for maintenance and overhaul. 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. 22, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0128).

CEMS-RS & H JV,* Summerville, South Carolina, was awarded a $9,900,000 firm-fixed-price contract for investigation, construction, renovation, planning and design services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0007).

Colby Co. LLC,* Portland, Maine, was awarded a $9,900,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0012).

Burns & McDonnell Engineering Co., Kansas City, Missouri, was awarded a $9,900,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0011).

Lockheed Martin Corp. Rotary and Mission Systems, Orlando, Florida, was awarded a $9,725,000 firm-fixed-price Foreign Military Sales (Iraq) contract for procurement of Mobile M1A1 Situational Awareness Platoon Mobile Advanced Gunnery training system, mobile pre-brief, after action review capability, spare parts package, installation, on-site testing, training, design, development, test, management, documentation, hardware, software, and spares. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 22, 2021. Fiscal 2010 counter-ISIS train and equip funds in the amount of $9,725,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0057).

Oracle America Inc., Reston, Virginia, was awarded a $7,577,868 firm-fixed-price contract for the Army Corps of Engineers Financial Management System. Bids were solicited via the internet with one received. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 22, 2024. Fiscal 2019 revolving; and operations and maintenance, Army funds in the amount of $7,577,868 were obligated at the time of the award. U.S. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W912HQ-19-F-0136).

AIR FORCE

Herrick Technology Laboratories Inc.,* Manchester, New Hampshire, has been awarded a $40,712,166 cost-plus-fixed-fee completion contract for Spectrum-Agile, Location Aware, Enhanced Electromagnetic Kit (SLEEK) hardware and software. This contract provides for research, develop, integrate, prototype, demonstrate, validate and verify new software capabilities for a software-defined and reprogrammable transceiver that has broad applicability to military-relevant missions. Work will be performed at Germantown, Maryland; Manchester, New Hampshire; and Rome, New York, and is expected to be completed by October 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,500,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0530).

Cornerstone Construction Services LLC, Woburn, Massachusetts (FA2835-19-D-0007); Maron Construction Co. Inc., Providence, Rhode Island (FA2835-19-D-0008); and Tantara Corp., Worcester, Massachusetts (FA2835-19-D-0009), have been awarded an aggregate, total maximum program/contract ceiling of a $20,000,000 multiple award construction indefinite delivery, indefinite quantity contract. This contract will provide for complex construction projects involving multiple trades that may require detailed engineering design to be performed by registered/licensed engineers and architects. The contractors shall provide all management, labor, material, equipment, transportation, supervision, and architectural engineering services to accomplish simultaneous maintenance, sustainment, repair, and minor construction projects. Work will be performed at Hanscom Air Force Base, Massachusetts; Hanscom Air Force Base Family Campground, Bedford, Massachusetts; Patriot Golf Course, Bedford, Massachusetts; Sagamore Hill Solar Observatory, Hamilton, Massachusetts; Fourth Cliff Recreation Annex, Humarock, Massachusetts; Cape Cod Air Force Station, Massachusetts; and New Boston Air Force Station, New Hampshire. These awards were the result of a competitive 100% Small Business Set Aside acquisition and 16 offers were received. Fiscal 2019 operations and maintenance in the amount of $5,000 funds to each awardees are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Raytheon Co. Missile Systems, Tucson, Arizona, has been awarded a $16,289,702 agreement for one prototype Phaser high power microwave system. This agreement provides for outside continental U.S. (OCONUS) field assessment for purposes of experimentation. Experimentation includes, but is not limited to 12 months of in-field operation by Air Force personnel against unmanned aerial systems threats. In addition, experimentation includes but is not limited to operator training, in theater maintenance of systems while collecting availability (full mission capable, partial mission capable, non-mission capable), reliability, maintainability and supportability data, and system operation against real-world or simulated hostile vignettes without disrupting other necessary installation operations. The location of performance is OCONUS and is expected to be completed by Dec. 20, 2020. This award is the result of a sole source acquisition. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $16,289,702 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-9-9325).

Raytheon Co., El Segundo, California, has been awarded a $10,942,488 cost-plus-fixed-fee contract for Technologies for the Mixed-mode Ultra Scaled Integrated Circuits (T-MUSIC) effort. This effort will develop advanced mixed-mode RF components and sub-systems leveraging the T-MUSIC platform. T-MUSIC technology combines advanced silicon-germanium with advanced CMOS to enable ultra-wide bandwidth, high spurious free dynamic range and fine data converter resolution with high effective number of bits beyond current state-of-the-art. Work will be performed at El Segundo, California; Andover, Maryland; and Thousand Oaks, California, and is expected to be completed Dec. 20, 2023. This award is the result of a competitive acquisition and 18 compliant offers were received. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $1,318,325 is being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7934).

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded an $8,076,227 cost-plus-fixed-fee contract for Technologies for Mixed-mode Ultra Scaled Integrated Circuits (T-MUSIC) and the Disruptive SiGe Circuits fabricated Onshore (DiSCO) effort. This effort will develop advanced mixed-mode RF components and sub-systems leveraging the T-MUSIC platform. T-MUSIC technology combines advanced silicon-germanium with advanced CMOS to enable ultra-wide bandwidth, high spurious free dynamic range and fine data converter resolution with high effective number of bits beyond current state-of-the-art. Toward that end, DiSCO will develop critical Department of Defense components and sub-systems to assess advancements derived from T-MUSIC technology. These circuits include Phase-locked Loop, ultra-high speed Divider (200GHz final goal), and high speed, high resolution Analog-to-Digital Converter. In addition, the option phase will develop high speed Direct Digital Synthesis for next generation transmitter technology. Work will be performed at Nashua, New Hampshire and is expected to be completed by Dec. 19, 2023. This award is the result of a competitive acquisition and 18 offers were received. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $364,723 is being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7935).

Communications & Power Industries LLC, Palo Alto, California, has been awarded an $8,058,269 firm-fixed-price, indefinite-delivery, indefinite-quantity contract for Twystron Electron Tube Repair program. This contract provides for teardown, test, evaluation and repair of Twystron electron tubes in support of Unmanned Threat Emitter weapons system. Work will be performed at Palo Alto, California, and is expected to be completed by Sept. 30, 2025. This award is the result of a sole source acquisition. Fiscal 2019 working capital funds in the amount of $1,623,488 are obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8250-19-D-0001).

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1968631/source/GovDelivery/

Sur le même sujet

  • British Air Force chief envisions synthetic fuel produced on deployments

    29 novembre 2021 | International, Aérospatial

    British Air Force chief envisions synthetic fuel produced on deployments

    Adopting eco-friendly jet fuel is the key element in the Royal Air Force achieving its green targets, but Air Marshal Sir Mike Wigston also pointed to potentially significant operational gains from development of the technology.

  • Contract Awards by US Department of Defense - May 07, 2020

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

    Contract Awards by US Department of Defense - May 07, 2020

    DEFENSE LOGISTICS AGENCY Royal Food Service Co.,* Atlanta, Georgia, has been awarded a maximum $465,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Georgia, with a May 6, 2025, performance completion date. Using customers are Army, Navy and Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-P353). Inficon Inc., East Syracuse, New York, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a May 6, 2025, performance completion date. Using military services are Army, 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 Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0034). Emergent LLC,* Virginia Beach, Virginia, has been awarded a maximum $13,787,428 firm-fixed-price task order (SP4701-20-F-0075) against a five-year base contract (SP4701-20-Q-0030) with one five-year option period for Oracle software licenses and maintenance renewal. This was a competitive acquisition with three responses received. This is a one-year contract with no option periods. Location of performance is Virginia, with a May 29, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. Extra Packaging LLC,* Boca Raton, Florida, has been awarded a maximum $7,562,500 modification (P00005) exercising the first 20-month option period and second 20-month option period simultaneously of a 20-month base contract (SPE2DS-19-D-0082) with two 20-month option periods for human remains pouches. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas and Florida, with a Jan. 7, 2022, performance completion date. Using customers are Army, Navy, Air Force, Coast Guard, Federal Emergency Management Agency and federal civilian agencies. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, is being awarded a $128,481,291 contract modification (P00542/P00051) to previously awarded HQ0147-12-C-0004/19-C-0004 on the Ground-based Midcourse Defense development and sustainment contract. The value of this contract, including options, is increased from $11,208,915,599 to $11,337,396,890. The definitized scope of work requires continued support to Ground-based Midcourse Defense by manufacturing C2 boost vehicles, booster spare parts and associated avionics to maintain fleet and flight test programs. The period of performance is from Jan. 31, 2018, to Sept., 30, 2022. This acquisition was executed on a sole-source basis. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $52,890,819 have been obligated. To definitize the contract action, fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $65,070,681 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE Lockheed Martin Corp., Orlando, Florida, has been awarded a $49,856,351 cost-plus-fixed-fee modification (P00004) to contract FA8682-19-C-0008 to procure additional equipment and tooling needed to increase Joint Air-to-Surface Standoff Missile production. Work will be performed in Orlando, Florida, and is expected to be complete by March 31, 2023. This award is the result of sole-source acquisition. Fiscal 2019 missile procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. ARMY MD Helicopters Inc., Mesa, Arizona, was awarded a $35,823,838 modification (P00032) to contract W58RGZ-17-C-0038 for logistics support for the Afghanistan Air Force MD-530F aircraft fleet. Work will be performed in Mesa, Arizona; and Kabul, Afghanistan, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 Afghanistan Security Forces funds (Army) in the amount of $35,823,838 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $14,719,719 modification (P00104) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2023. Fiscal 2018 research, development, test and evaluation (Army) funds; and 2019 procurement of weapons and tracked combat vehicles (Army) funds in the amount of $14,719,719 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded a $9,699,157 modification (000179) to contract W31P4Q-18-A-0011 for live virtual constructive modeling and simulation support to U.S. Army Central. Work will be performed at Shaw Air Force Base, South Carolina, with an estimated completion date of May 6, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $9,699,157 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Raytheon Co., Largo, Florida, is awarded a $32,740,207 firm-fixed-price, cost-plus-fixed- fee, cost-only contract for Planar Array Antenna Assembly (PAAA) production requirements to support the Cooperative Engagement Capability (CEC) program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $237,882,026. Work will be performed in Largo, Florida (58%); McKinney, Texas (32%); St. Petersburg, Florida (7%); and Andover, Massachusetts (3%). The PAAA is a multi-face antenna assembly used in the shipboard AN/USG-2x CEC configuration. The CEC program supports integrated fire control capability. CEC provides the means to network sensors, thereby significantly improving strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract will include scope for performance and delivery of PAAA production units, PAAA spare parts and engineering services with option quantities in support of both Foreign Military Sales and Navy requirements. Work is expected to be complete by June 2022. If all options are exercised, work will continue through April 2025. Fiscal 2016, 2017, 2018, 2019 and 2020 shipbuilding and conversion (Navy) funds; and 2019 and 2020 other procurement (Navy) funds in the amount of $31,996,107 will be obligated at time of award, and funding in the amount of $5,182,158 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 Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5203). Raytheon Missile Systems, Tucson, Arizona, is awarded a $19,061,000 firm-fixed-price modification to previously awarded contract N00024-19-C-5404 to exercise options for fiscal 2020 Navy Rolling Airframe Missile (RAM) Mod 5 Guided Missile Launching System (GMLS) requirements. Work will be performed in St. Petersburg, Florida (36%); Louisville, Kentucky (21%); Tucson, Arizona (15%); Huntsville, Alabama (10%); Ottobrunn, Germany (8%); San Diego, California (4%); Tulsa, Oklahoma (3%); and various locations within the continental U.S. (3%). The RAM Guided Missile Weapon System is co-developed and co-produced under an international cooperative program between the U.S. and Federal Republic of Germany governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. This contract is to procure material, fabricate parts, assemble and test, and deliver RAM MK 49 Mod 5 GMLS and GMLS ordnance alteration kits. Work is expected to be complete by December 2022. Federal Republic of Germany funds in the amount of $19,061,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Bowman, Foster & Associates,* Norfolk, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for mechanical and electrical architect-engineering services for projects located primarily at Naval Station Norfolk, Virginia; and Naval Support Activity, Hampton Roads, Virginia. Initial task order is being awarded $170,471 for design and engineering of boiler replacement at Navy Medical Center, Portsmouth, Virginia. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility. Work provides for comprehensive architect-engineering services required for projects that may involve single or multiple disciplines, primarily for mechanical and electrical, but may also include fire protection and/or other disciplines that may be deemed incidental. Work is expected to be complete by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of May 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $170,471 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, and 16 proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0005). Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded an $8,548,173 modification to a previously awarded firm-fixed-price contract N00039-16-C-0050 to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system. Work will be performed in Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports extremely high frequency (EHF)/advanced EHF low data rate, medium data rate, extended data rate, super high frequency, Military Ka (transmit and receive) and global broadcast service receive-only communications. Work is expected to be complete by May 2022. Fiscal 2020 other procurement (Navy); fiscal 2020 other customer funds (Naval Supply Systems Command and Coast Guard); and fiscal 2020 Foreign Military Sales (Canada, United Kingdom and Netherlands) funds in the amount of $8,548,173 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039). Joyce & Associates Construction Inc.,* Newport, North Carolina, is awarded an $8,145,647 firm-fixed-price task order (N40085-20-F-5204) under a multiple award construction contract for the replacement of Vacuum Test Chamber Building 137, Marine Corp Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina, and provides for the installation and replacement of aircraft vacuum component test system in Building 137. Project consists of equipment, equipment installation, repair and minor construction funding. Equipment cost includes the vacuum chamber and seven 50-horse power vacuum pumps. Equipment installation includes interior electrical hook-ups, new roof penetrations and vacuum piping. Repair work includes demo of existing electrical wiring, demo of existing vacuum piping, removal of existing vacuum chamber, removal of two existing 75-horse power vacuum pumps and patching of old roof penetrations. Minor construction includes concrete pad, new exterior electrical utilities for vacuum pumps and support structure for exterior overhead vacuum piping. Work is expected to be complete by April 2022. Fiscal 2018 aircraft procurement (Navy) contract funds; and fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,145,647 are obligated on this award, of which $197,826 will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6302). Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $7,267,110 cost-plus fixed-fee order (N62786-20-F-0014) against the previously awarded basic ordering agreement N00024-19-G-2319 to provide advance planning, accomplishment and emergent availabilities for LCS-19 post shakedown availability. Work will be performed in Mayport, Florida (55%); Virginia Beach, Virginia (19%); Moorestown, New Jersey (14%); and Washington, D.C. (12%). This delivery order is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $7,267,110 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. WASHINGTON HEADQUARTERS SERVICES Eccalon LLC, Hanover, Maryland, has been awarded a $7,078,869 firm-fixed-price contract. This contract provides National Security Technology Accelerator program support for the Office of Manufacturing and Industrial Base Policy. Work performance will take place at the Mark Center, Alexandria, Virginia. Fiscal 2020 and 2021 research, development, test, and evaluation funds in the amount of $7,078,869 are being awarded. The expected completion date is Sept. 27, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-18-F-0572). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2180277/source/GovDelivery/

  • How Sweden and Finland could reshape NATO's northern security

    2 juin 2022 | International, Sécurité

    How Sweden and Finland could reshape NATO's northern security

    The accession of Finland and Sweden, historically neutral nations, is expected to transform Europe's security landscape for years to come. Their armed forces and geography would seriously complicate any further aggression Russia might want to try in the region, defense officials and national security experts say.

Toutes les nouvelles