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

Contract Awards by US Department of Defense - September 24, 2019

ARMY

Globe Tech LLC, Plymouth, Michigan,* was awarded a $132,473,932 firm-fixed-price contract for Explosive Hazard Pre-detonation roller system and ancillary support parts. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0101).

TRAX International Corp., Las Vegas, Nevada, was awarded a $90,080,397 modification (P00025) to contract W9124R-18-C-0001 for non-personal test support services. Work will be performed in Yuma, Arizona; and Fort Greely, Arkansas, with an estimated completion date of Sept. 30, 2020. U.S. Army Mission and Installation Contracting Command, Yuma, Arizona, is the contracting activity.

ACC Construction Company Inc., Augusta, Georgia, was awarded a $28,917,160 firm-fixed-price contract for construction of a consolidated mission complex. Bids were solicited via the internet with three received. Work will be performed in Warner Robins, Georgia, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 military construction funds in the amount of $28,917,160 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0042).

Honeywell International Inc., Phoenix, Arizona, was awarded a $21,227,814 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for engine parts for the Advanced Gas Turbine-1500 tank engine rebuild. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 firm-fixed-price funds in the amount of $21,227,814 were obligated at the time of the award. U.S. Property and Fiscal Office, Topeka, Kansas, is the contracting activity (W912JC-19-C-5716).

HDT Expeditionary System Inc., Solon, Ohio, was awarded a $14,236,369 firm-fixed-price contract for new production, resets, and independent demands for the F-100 Environmental Control Unit. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0109).

M1 Services LLC, Denton, Texas, was awarded a $13,875,215 modification (P00040) to contract W9124G17C0104 for aviation maintenance. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Jan. 15, 2028. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,875,215 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity.

Sevenson-USA Environmental JV,* Niagara Falls, New York, was awarded a $12,035,237 cost-plus-fixed-fee contract for environmental remediation construction, investigation, production piping and cleanup of environmental contamination. Bids were solicited via the internet with four received. Work will be performed in De Soto, Kansas, with an estimated completion date of Sept. 23, 2024. Fiscal 2019 Defense Environment Restoration Account, and Base Realignment and Closure funds in the amount of $12,035,237 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-3003).

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,987,920 modification (P00111) to contract W56HZV-15-C-0099 for systems technical support, 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 San Jose, California; and Sterling Heights, Michigan, with an estimated completion date of Sept. 24, 2020. Fiscal 2017 and 2019 procurement defense wide funds in the amount of $10,987,920 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Jacobs Ewing Cole JV, Pasadena, California, was awarded a $9,900,000 firm-fixed-price 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 Sept. 23, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0010).

Ashford International LLC,* Killen, Texas, was awarded a $9,548,666 firm-fixed-price contract for renovation of Building 26041. Bids were solicited via the internet with one received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,548,666 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0038).

Bhate Environmental Associates Inc., Birmingham, Alabama, was awarded an $8,829,287 firm-fixed-price contract for demolition services, abatement and removal of asbestos containing materials and other regulated materials, disconnect and capping of utilities, complete removal of utilities, disposal of all debris materials and restoration of the site to a specified condition. Nine bids were solicited with five bids received. Work will be performed in Panama City, Florida, with an estimated completion date of Feb. 25, 2021. Fiscal 2010 Air Force funds in the amount of $8,829,287 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-1248).

Roen Salvage Co.,* Sturgeon Bay, Wisconsin, was awarded an $8,433,900 firm-fixed-price contract for pier repair. Bids were solicited via the internet with six received. Work will be performed in Duluth, Minnesota, with an estimated completion date of July 1, 2021. Fiscal 2019 civil works; and operations and maintenance funds in the amount of $8,433,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-19-C-0020).

Seneca Construction Management LLC,* Killen, Texas, was awarded an $8,230,000 firm-fixed-price contract for renovation of Building 44012. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 23, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,230,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0039).

Ashridge Inc.,* St. Stephen, South Carolina, was awarded a $7,395,279 firm-fixed-price contract for Eagle Island disposal area improvements. Bids were solicited via the internet with two received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of March 25, 2021. Fiscal 2019 civil construction; and rivers and harbors contributed and advanced funds in the amount of $7,395,279 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0034).

NAVY

Blue Rock Structures Inc.,* Pollocksville, North Carolina (N40085-16-D-6300); Daniels and Daniels Construction Co. Inc.,* Goldsboro, North Carolina (N40085-16-D-6301); Joyce and Associates Construction Inc.,* Newport, North Carolina (N40085-16-D-6302); Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-16-D-6303); Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-16-D-6304); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-16-D-6305), are being awarded a $67,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. After award of this modification, the total maximum dollar value for all six contracts combined will be $249,000,000. The work to be performed provides for general construction services including, but not limited to, new construction, demolition, repair, total/partial interior/exterior alteration/renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by December 2020. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia (N61331-19-D-0010); L-3 Unidyne Inc., Norfolk, Virginia (N61331-19-D-0011); and Atlantic Diving Supply Inc., Virginia Beach, Virginia (N61331-19-D-0012), are awarded a combined $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contract for the provision of hardware, materials, and supplies to support the expeditionary warfare, maritime, littoral and mine warfare programs. The companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports, and is expected to be completed in September 2020. If all options are exercised, work will continue through September 2024. At the time of award, Booz Allen Hamilton is awarded a delivery order for $224,228; L-3 Unidyne is awarded $10,000; and Atlantic Diving Supply Inc. is awarded a delivery order for $159,714 and a delivery order for $316,757. Fiscal 2017 other procurement, (Navy) funding in the amount of $476,471 (67%); 2019 operation and maintenance, (Navy) funding in the amount of $183,529 (26%); and Navy working capital funding in the amount of $50,699 (7%), will be obligated at the time of award, and funding in the amount of $183,529 will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

Sauer Inc., Jacksonville, Florida, is awarded a $46,672,691 firm-fixed-price contract for design-build renovation of Building X132 for Military Sealift Command consolidation at Naval Station Norfolk. The contract also contains three planned modifications, which if exercised, would increase cumulative contract value to $61,869,188. The work to be performed provides for the design and construction for a comprehensive renovation of Building X132. The project purpose is to consolidate the administrative spaces of Military Sealift Command. The administrative spaces include open office, closed offices, classrooms, conference rooms, meeting rooms, break rooms, a secure enclave, two new security entrance vestibules, and two new stairwells. Four new passenger elevators and one new freight elevator will be provided, using three of the existing elevator shafts. The planned modifications, provides for the furniture fixtures and equipment, audio visual, and electronic security system. Work will be performed in Norfolk, Virginia, and is expected to be completed by March 2022. Fiscal 2019 Navy working capital fund, contract funds in the amount of $46,672,691 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9263).

Ocean Ships Inc., Houston, Texas, was awarded a $47,539,641 modification under a previously awarded firm-fixed-price contract (N3220517C3100) to fund the second one-year option period for the operation and maintenance of six Oceanographic Survey ships and USNS Waters (T-AGS 45). This contract includes a 12-month base period, four 12-month option periods, and one six-month option period, which if exercised, would bring the cumulative value of this contract to $176,193,231. Work will be performed at sea, starting Oct. 1, 2019, and is expected to be completed, if all options are exercised, by Sept. 30, 2022. Fiscal 2020 operations and maintenance funds in the amount of $47,539,641 are being obligated and will expire at the end of the fiscal year. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Sept. 23, 2019)

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $38,000,000 cost-plus-fixed-fee, firm-fixed-price modification to a previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades, and modernization efforts on the USS Helena (SSN 725) dry-docking selected restricted availability. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled availability. Work will be performed in Newport News, Virginia, and is expected to be complete in January 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $38,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity.

Woodward HRT Inc., Santa Clarita, California, is awarded $20,612,550 for delivery order N00383-19-F-NM0K under previously awarded basic ordering agreement N00383-18-G-NM01 for the repair of 402 hydraulic drive units in support of the V-22 aircraft. Work will be performed in Santa Clarita, California, and will be completed by November 2020 with no option periods. Fiscal 2019 working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. Funds in the full amount of $20,612,550 will be obligated at the time of award. One company was solicited for this non-competitive 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.

Huntington Ingalls Industries, Newport News, Virginia, was awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. (Awarded Sept. 23, 2019)

Huntington Ingalls Industries, Newport News, Virginia, is awarded a $20,000,000 cost-plus-fixed-fee modification to previously-awarded contract N00024-15-C-4301 to continue performance of the repair, maintenance, upgrade and modernization efforts for the USS Columbus (SSN 762) engineered overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the availability work package and additional required work discovered during the inspection of shipboard components. This work is necessary to ensure the submarine is operating at full technical capacity as defined in the availability work package during the Chief of Naval Operations scheduled maintenance availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $20,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

Mercury Defense Systems Inc., Cypress, California, is awarded a $13,720,509 firm-fixed-price delivery order (N6833519F0285) against a previously issued basic ordering agreement (N00019-17-G-0017). This order is for 27 Type II advanced digital radio frequency memories hardware and software for the Navy, Air Force, National Guard and Reserve components. Work will be performed in Cypress, California (72%); and West Caldwell, New Jersey (28%), and is expected to be completed in June 2021. Fiscal 2018 research, development test evaluation (Air Force); 2019 missile procurement and aircraft procurement (Air Force); 2019 National Guard and Reserve Equipment (Defense); and 2019 working capital funds (Defense) funds will be obligated at time of award, $5,589,837 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($8,130,672; 59%); National Guard and Reserve ($5,081,670; 37%); and Department of Defense ($508,167; 4%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sealift Inc., Oyster Bay, New York, is awarded a $10,090,017 modification under a previously awarded firm, fixed-price contract (N32205165C3501) to fund the fourth one-year option period. The option will continue to provide one U.S. flagged vessel, M/V SSG Edward A. Carter Jr. (T-AK 4544), 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 five-month firm period of the performance, four one-year option periods and one five-month option period. Work will be performed worldwide and is expected to be completed by Sept. 30, 2020. The option will be funded by fiscal 2020 working capital funds. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

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 & MFG LLC,* Chula Vista, California (N55236-18-D-0005); Bay City Marine Inc.,* National City, California (N55236-18-D-0006); Pacific Ship Repair & Fab Inc.,* San Diego, California (N55236-18-D-0007), and Miller Marine Inc.,* San Diego, California (N55236-18-D-0008), are awarded a combined $7,092,147 firm-fixed-price contract modifications to exercise Option Year Two 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 in the Pacific Southwest (San Diego) California area. Each contractor shall furnish the facilities and human resources capable of completing berthing and messing barge repair and maintenance services for barges assigned to or visiting the port of San Diego, California. Each contractor will compete for each delivery order when a requirement is identified. Work is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc., doing business as ADS, Virginia Beach, Virginia, has been awarded a maximum $30,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. 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 an 11-month contract with no option periods. Location of performance is Southwest Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0003).

Golden State Medical Supply, Camarillo, California, has been awarded a maximum $9,500,000 firm-fixed-price requirements contract for Ziprasidone HCL capsules. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are California and Canada, with a Sept. 23, 2020, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-19-D-0081).

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $8,586,758 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Type I and II flame resistant pants. This was a competitive acquisition with two offers received. This is one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Sept. 24, 2024, performance completion date. Using customer is the U.S. Forest Service. 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-1195).

Alamo Strategic Manufacturing,* San Antonio, Texas, has been awarded a maximum $7,329,798 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Intermediate Cold Flyers Gloves. This was a competitive acquisition with four responses received. This is a one-year base contract with three one-year option periods. Locations of performance are Massachusetts and Texas, with a Sept. 23, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1194).

TRC Government Services LLC, Tulsa, Oklahoma, has been awarded a maximum $7,063,200 firm‐fixed‐price contract for contractor-owned, contractor-operated optimization for retail/bulk fuel services. This was a competitive acquisition with three offers received. This is a four‐year base contract with two five‐year option periods, a four year, six month option period, and an option to extend, not to exceed six months. Locations of performance are Oklahoma and Texas, with a Sept. 24, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐19‐C‐5011).

Noble Sales Co. Inc., doing business as Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $7,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair, and operations supplies and related incidental services. 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 an 11-month contract with no option periods. Location of performance is Southeast Africa, with an Aug. 26, 2020, performance completion date. Using customers are U.S. forces in U.S. Africa Command. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support Europe and Africa, Kaiserslautern, Germany (SPE5B1-19-D-0002).

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $22,656,895 modification (P00027) to previously awarded contract FA8621-15-C-6397 for F-15C and F-15E Mission Training Center. The contract modification is for implementation of Suite 9.1/Eagle Passive Active Warning Survivability System (EPAWSS) into F-15C and F-15E MTCs to update F-15 MTCs with Suite 9.1 and add EPAWSS capabilities to the F-15E MTC simulators. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home Air Force Base, Idaho; Nellis Air Force Base, Nevada; Royal Air Force Lakenheath, United Kingdom; and Kadena Air Base, Japan, and is expected to be completed by Sept. 23, 2021. The total cumulative face value of the contract is $$255,261,067. Fiscal 2019 operations and maintenance funds in the amount of $22,656,895 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE COMMISSARY AGENCY

Southeastern Paper Group, Spartanburg, South Carolina, is being awarded a firm-fixed-price with economic price adjustment modification (P00026) to exercise the third option period to previously awarded contract HDEC05-16-D-0002. This modification provides miscellaneous operating supplies and paper bags for multiple commissary stores in the continental U.S., Puerto Rico, and the Pacific Theater. The award amount is estimated at $13,056,618 for the option period. Actual obligations using defense working capital funds will occur upon issuance of delivery orders during the period of performance. The contract third option period will begin Nov. 1, 2019, through Oct. 31, 2020. Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1970213/source/GovDelivery/

Sur le même sujet

  • DoD identifies companies to bid on its new cloud effort

    22 novembre 2021 | International, C4ISR, Sécurité

    DoD identifies companies to bid on its new cloud effort

    The Department of Defense has issued solicitations to select companies to bid on it's new multicloud effort.

  • General Dynamics, Rheinmetall to compete for potential $45 bln US Army vehicle contract

    26 juin 2023 | International, Terrestre

    General Dynamics, Rheinmetall to compete for potential $45 bln US Army vehicle contract

    The U.S. Army said on Monday it had selected General Dynamics and American Rheinmetall to compete to replace the Bradley fighting vehicle, in a deal that could be worth more than $45 billion to the winner.

  • Contract Awards by US Department of Defense - July 06, 2020

    7 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 06, 2020

    DEFENSE LOGISTICS AGENCY Raytheon Co., Andover, Massachusetts, has been awarded a $6,000,000,000 modification (P00102) to six-year base contract SPRBL1-15-D-0017 with one four-year option period, to add an additional year of performance and increase funding for depot-level repairables and consumable spare parts, as well as repair and engineering services for multiple weapon systems. This modification increases the contract ceiling from $2,000,000,000 to $8,000,000,000. 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 an indefinite-delivery/indefinite-quantity contract with both fixed-price and cost elements. Location of performance is Massachusetts, with a Sept. 27, 2021, ordering period end date. Using customer is the Department of Defense. Type of appropriation is fiscal 2020 through 2021 Army working capital funds and other procurement funds as necessary. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland. Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $14,220,050 modification (P00006) exercising the second one-year option period of one-year base contract SPE1C1-18-D-1069 with two one-year option periods for physical fitness uniform trunks. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Washington, D.C.; Minnesota; Colorado; Louisiana; Kentucky; and New Jersey, with a July 11, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Melton Sales & Service,* Columbus, New Jersey, has been awarded a maximum $10,093,553 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transfer transmissions. 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 three-year contract with no option periods. Location of performance is New Jersey, with a July 6, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0117). Bridgestone Americas Tire Operations LLC, doing business as GCR Tire Service, Phoenix, Arizona, has been awarded a maximum $8,709,450 firm-fixed-price requirements contract for M870 series low bed semitrailer wheel pneumatic tires. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Arizona, with a July 5, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0096). NAVY Vigor Marine LLC, Portland, Oregon, is awarded a $133,406,869 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS McCampbell (DDG 85) chief of naval operations scheduled depot maintenance availability. This contract includes options which, if exercised, will bring the cumulative value of this contract to $155,621,173. Work will be performed in Portland, Oregon. USS McCampbell will receive comprehensive modernization for DDG 51 class ships to ensure a mission relevant service life. These improvements will include hull, mechanical and electrical technology insertion; as well as provide critical warfighting improvements, such as upgraded machinery control system, integrated bridge and navigation system (to include physical throttles); advanced galley upgrade; wireless communications and digital video surveillance system upgrade; upgrade to a fiber optic local area network backbone; AEGIS baseline 9 upgrade (that includes updated guns weapons system); enhanced Vertical Launching System; multi-mission signal processor; and Ballistic Missile Defense 5.0 upgrade. Work is expected to be completed by November 2021. Fiscal 2020 operation and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $154,319,412 will be obligated at time of award. Funds in the amount of $21,166,210 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(3), this contract was not competitively procured. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-20-D-0550). Cubic Defense Applications Inc., Orlando, Florida, is awarded a $99,100,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract supports the Surface Training Immersive Gaming and Simulations effort and provides for the development, delivery and total life cycle support of a new virtual environment training system. Work will be performed in Orlando, Florida. Life cycle support of the new training systems includes updates, maintenance, upgrades and modifications to surface ship trainers and associated courseware to maintain fleet operational readiness. This system will be one of the pillars under the overall Surface Training Advanced Virtual Environment Program. Work is expected to be completed by July 2025. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and six offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0018). Jacobs/B&M JV, Pasadena, California, is awarded a $99,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services. This includes the design, engineering, specification writing, cost estimating and related services at various locations under the cognizance of then Naval Facilities Engineering Command (NAVFAC) Pacific. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of operations, including but not limited to, Guam and the Commonwealth of the Northern Marianas Islands (75%); Australia (15%); Hawaii (5%); and Diego Garcia (5%). The work to be performed provides for the preparation of region/Facilities Engineering Command team; DD Form 1391 project documentation; engineering studies; specifications utilizing the Department of Defense SpecsIntact program; cost estimates utilizing the micro-computer aided cost estimating system (second generation); design and engineering services for functional analysis and concept development; request for proposal (RFP) documentation for design-build projects; and RFP documentation, plans and specifications for design-bid-build projects. The term of the contract is not to exceed 60 months and is expected to be completed by July 2025. Fiscal 2018 military construction (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design). This contract was competitively procured via the Navy Electronic Commerce Online website and two proposals were received. The NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0002). HDR Environmental, Operations and Construction Inc., Englewood, Colorado, is awarded a $75,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract to conduct marine species monitoring services and implement components of the Navy's Integrated Comprehensive Monitoring Program. No task orders are being issued at this time. The primary geographic area covered by this contract encompasses the Naval Facilities Engineering Command (NAVFAC) Atlantic and Pacific areas of operations. Additionally, tasks associated with this contract may be assigned anywhere in the world. The work to be performed will obtain services for performance of marine resources monitoring and program management in support of Navy environmental compliance and reporting requirements. Services may include, but are not limited to, literature review and data searches; aerial, shipboard, and/or underwater visual surveys; passive acoustic monitoring; assessments to determine potential impacts from military activities; behavioral studies and controlled exposure experiments; biopsy sampling; tagging and tracking; analysis of data and technical assistance to ensure legal compliance; preparation of necessary reports, consultation packages and permit applications; and management and coordination of complex projects with other Federal agencies, institutions and organizations spanning a wide range of geographic locations. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $5,000 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 beta.SAM.gov website, and two proposals were received. The NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0016). Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $34,749,670 modification (P00011) to previously-awarded fixed-price-incentive-firm contract N00019-18-C-1068. This modification provides for the production and delivery of 58 additional Lot 20 AIM-9X Block II all up round tactical missiles (29 for the Navy and 29 for the Air Force); an additional 61 Block II Captive Air Training Missiles (one for the Navy and 60 for the Air Force); an additional 35 all up round containers (12 for the Navy and 23 for the Air Force); and one lot of spares assets for the governments of Finland, Israel, the Netherlands, Norway, Singapore, Turkey and Poland. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed by July 2023. Fiscal 2020 missile procurement (Air Force) funds in the amount of $23,081,565; fiscal 2020 weapons procurement (Navy) funds in the amount of $11,021,806; fiscal 2019 missile procurement (Air Force) funds in the amount of $135,020; fiscal 2019 weapons procurement (Navy) funds in the amount of $40,506; fiscal 2018 missile procurement (Air Force) funds in the amount of $40,506; fiscal 2018 weapons procurement (Navy) funds in the amount of $13,502; and Foreign Military Sales funds in the amount of $416,765 will be obligated at the time of award, $54,008 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Avian-Precise Co.,* Lexington Park, Maryland, is awarded a $19,700,000 modification (P00006) to previously-awarded cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract N00421-18-D-0016. This modification provides sustainment engineering, training and tools in support of the Naval Air Systems Command engineering group. Work will be performed in Patuxent River, Maryland (91%); and Jacksonville, Florida (9%), and is expected to be completed by April 2023. 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity. Signal Systems Corp.,* Millersville, Maryland, is awarded a $13,467,258 cost-plus-fixed-fee order (N68335-20-F-0324) against previously-issued basic ordering agreement N68335-20-G-1062. This order provides for advanced Small Business Innovation Research (SBIR) products for airborne anti-submarine warfare (ASW) and undersea warfare continued research and development efforts under SBIR Topic N04-007, "Continuous Active Sonar Signal Processing;" Topic N093-168, "Target Localization Using Multi-Static Sonar with Drifting Sonobuoys;" and Topic N101-005, "Spread Spectrum Techniques for Sonar Ping Technology." Work will be performed in Millersville, Maryland (83%); and Lexington Park, Maryland (17%). The applications to be further developed include acoustic ASW sensors and systems; telemetry and recording systems; signal and data processing; algorithm development; mathematical modeling; system and application prototyping; active and passive display enhancements; information assurance, anti-tampering and cybersecurity concepts; and techniques and analysis to predict the performance of the associated ASW systems. Work is expected to be completed by July 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $683,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,805,321 not to exceed, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for materials and engineering services required to develop and integrate technological improvements for the DDG-51 hull; mechanical and electrical machinery control systems (MCS); Littoral Combat Ship (LCS) Freedom class MCS; and Landing Helicopter Dock/A (LHD/A) MCS installed onboard current Navy ships in support of Naval Surface Warfare Center, Philadelphia Division. Work will be performed in Orlando, Florida (65%); the remaining (35%) will be performed in Baltimore, Maryland; Philadelphia, Pennsylvania; San Diego, California; Norfolk, Virginia; and Mayport, Florida, as determined by the individual task orders. The services under this contract will support the development, implementation, execution and life cycle sustainment of shipboard MCS for LCS class, LHD/A class and DDG class surface ship machinery control equipment and systems, as well as serve the Logistics Management Branch of the Naval Surface Warfare Center, Philadelphia Division. This statement of work requests highly specialized services that only Lockheed Martin can support. As such, Lockheed Martin has developed proprietary test scripts and test equipment to provide for delivery and support of MCS systems and components. Work is expected to be completed by July 2026. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $500 ($500 minimum guarantee for contract) will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured; there was 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 (N64498-20-D-0009). ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $10,260,921 modification (P00110) 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 March 31, 2022. Fiscal 2020 Foreign Military Sales (Taiwan) funds in the amount of $10,260,921 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small Business **Mandatory Sour https://www.defense.gov/Newsroom/Contracts/Contract/Article/2261436/source/GovDelivery/

Toutes les nouvelles