31 mai 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contracts for May 28, 2021

Sur le même sujet

  • Contract Awards by US Department of Defense - October 5, 2018

    9 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 5, 2018

    AIR FORCE Lockheed Martin Corp., Orlando, Florida, has been awarded a $390,792,959 firm-fixed-price, fixed-price-incentive-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) lot 16 production for 360 JASSM-extended range, three foreign military sales (FMS) separation text vehicles, one FMS flight test vehicle-live fire and tooling and test equipment. Work will be performed in Orlando, Florida, and is expected to be completed by Oct. 31, 2021. This award is the result of a sole-source acquisition. This award uses fiscal 2018 missile procurement funds and FMS funds. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-C-0009). Applied Defense Solutions Inc., Columbia, Maryland, has been awarded a $7,526,650 fixed-price and cost-reimbursement modification (P00015) to contract FA255017C8002 for non-governmental space situational awareness services. This modification provides for the exercise of an option for an additional quantity of 12 months of services under the basic contract. Work will be performed at Schriever Air Force Base, Colorado, and is expected to be completed by Oct. 18, 2019. No funds are being obligated at the time of award. Total cumulative face value of the contract is $26,458,756. The 50th Contracting Squadron, Schriever Air Force Base, Colorado, is the contracting activity. (Awarded Oct. 4, 2018). CORRECTION: The contract announced on Oct. 4, 2018, to General Atomics Aeronautical Systems Inc., Poway, California, (FA8620-18-F-2365) for $19,446,593 has not awarded. ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $366,852,050 modification (0002 04) to contract W56HZV-17-D-B020 for upgrade of Stryker flat-bottom vehicles to the Double V-Hull Engineering Change Proposal 1 configuration. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 procurement of weapons and tracked vehicle funds in the amount of $366,852,050 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $242,109,170 modification (P00021) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for the remanufacture of eight, and procurement of nine new-build Apache AH-64E aircraft. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2023. Fiscal 2010 foreign military sales funds in the amount of $242,109,170 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Federal Contracting Inc., doing business as Bryan Construction, Colorado Springs, Colorado, was awarded a $52,812,678 firm-fixed-price contract for design and construction of a squadron operations facility and associated operational training facilities at Cannon Air Force Base, New Mexico. Bids were solicited via the internet with 15 received. Work will be performed in Cannon Air Force Base, New Mexico, with an estimated completion date of April 1, 2021. Fiscal 2015 and 2016 military construction funds in the amount of $52,812,678 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0001). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $24,957,920 modification (0001 19) to contract W56HZV-17-D-B020 for upgrade of Stryker flat-bottom vehicles to the Double V-Hull Engineering Change Proposal 1 configuration. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 procurement of weapons and tracked vehicle funds in the amount of $24,957,920 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. M.R. Pittman Group LLC,* Saint Rose, Louisiana, was awarded a $17,255,645 firm-fixed-price contract for interim closure structure demolition. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 8, 2020. Fiscal 2014 other procurement (Army) funds in the amount of $17,255,645 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0001). Short-Elliott-Hendrickson Inc., Lacrosse, Wisconsin, was awarded a $19,500,000 firm-fixed-price contract for architect and engineering services for the Fort McCoy, Wisconsin, Department of Public Works. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 5, 2023. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity (W911SA-19-D-2001). Keysight Technologies, Englewood, Colorado, was awarded an $8,977,287 firm-fixed-price contract for Oscilloscopes 307/U. Two 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. 28, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-D-0081). NAVY Donjon Marine Co. Inc., Hillside, New Jersey, was awarded a maximum value $215,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for salvage related towing, harbor clearance, ocean engineering project and point-to-point towing services. The primary purpose of this contract is to provide services to assist in the performance of salvage of ships, craft, cargo, and other items as tasked (e.g., aircraft, weaponry, equipment); salvage related towing, harbor clearance; and point-to-point towing; and ocean engineering projects in support of the Supervisor of Salvage. Work will be performed along the North and South American East Coast, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $50,000 was obligated at the time of award and expired at the end of the fiscal 2018. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-D-4307). (Awarded Sept. 28, 2018) SMIT Salvage Americas LLC, Houston, Texas, was awarded a maximum value $215,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for salvage related towing, harbor clearance, ocean engineering project and point-to-point towing services. The primary purpose of this contract is to provide services to assist in the performance of salvage of ships, craft, cargo, and other items as tasked (e.g., aircraft, weaponry, equipment); salvage related towing, harbor clearance; and point-to-point towing; and ocean engineering projects in support of the Supervisor of Salvage, SEA. Work will be performed along the North and South American West Coast, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $5,000 was obligated at the time of award and expired at the end of the fiscal 2018. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-D-4308). (Awarded Sept. 28, 2018) SMIT Singapore PTE LTD, Singapore, was awarded a maximum value $215,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for salvage related towing, harbor clearance, ocean engineering project and point-to-point towing services. The primary purpose of this contract is to provide services to assist in the performance of salvage of ships, craft, cargo, and other items as tasked (e.g., aircraft, weaponry, equipment); salvage related towing, harbor clearance; and point-to-point towing; and ocean engineering projects in support of the Supervisor of Salvage. Work will be performed across the Western Pacific region, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $5,000 was obligated at the time of award and expired at the end of the fiscal 2018. This contract was competitively procured via Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-D-4309). (Awarded Sept. 28, 2018) PAE Applied Technologies LLC, Arlington, Virginia, is awarded a $24,292,143 cost-plus-award-fee modification to previously-awarded contract (N66604-05-C-1277), increasing the cumulative total value of the contract for operation and maintenance services for the Atlantic Undersea Test and Evaluation Center (AUTEC). AUTEC is the U.S. Navy's large-area, deep-water, undersea test and evaluation range. Underwater research, testing and evaluation of anti-submarine weapons, sonar tracking and communications are the predominant activities conducted at AUTEC. The contractor performs services required to perform AUTEC range operations and maintenance of facilities and range systems. In addition, the contractor is responsible for operating a self-sufficient one-square-mile Navy outpost. This modification increases the total value of the contract to $788,075,722. Work will be performed on Andros Island, Commonwealth of the Bahamas (82 percent); West Palm Beach, Florida (18 percent); and is expected to be completed by September 2019. No contract funds are being obligated at this time. The Naval Undersea Warfare Center Newport Division, Newport, Rhode Island, is the contracting activity. Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded $8,020,809 for cost-plus-fixed-fee order N6339419F0003 under a previously awarded basic ordering agreement (N6339417G0001) for engineering services in support of land-based test site maintenance, inventory control, diminishing material source efforts, and program management for the Mk 92 fire control system. This order includes options which, if exercised, would bring the cumulative value of this order to $9,276,806. The order combines purchases for the Navy (16 percent); and the governments of Philippines (40 percent); Egypt (20 percent); Saudi Arabia (16 percent); Poland (4 percent); and Taiwan (2 percent). Work will be performed in Huntsville, Alabama (26 percent); Philippines (20 percent); Egypt (17 percent); Moorestown, New Jersey (13 percent); Saudi Arabia (13 percent); Port Hueneme, California (4 percent); Poland (3 percent); Taiwan (2 percent); and Nigeria (2 percent); and is expected to be completed by September 2022. Foreign military sales (other defense agencies) funding in the amount of $2,579,000 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, California, is the contracting activity. U.S. TRANSPORTATION COMMAND Jacobs Technology Inc., Tampa, Florida, has been awarded a contract modification P00017 on contract HTC711-17-C-D001 in the amount of $18,940,678. This modification provides continued Information Technology Service Management Enterprise support to the U.S. Transportation Command (US TRANSCOM). Work will be performed primarily on-site at Scott Air Force Base, Illinois, and other locations: DISA DECC, St Louis, Missouri; USTRANSCOM Office, Washington District of Columbia; JECC, Norfolk, Virginia; and the Pentagon. The option period of performance is from Oct. 1, 2018, to Sept. 30, 2019. Fiscal 2019 transportation working capital funds operations, operations and maintenance and Defense Health Program funds were obligated at award. This modification brings the total cumulative face value of the contract to $48,981,052 from $30,040,374. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Airtronics Inc.,* Tucson, Arizona, has been awarded a maximum $13,644,800 firm-fixed-price, indefinite-quantity contract for aviation cable assemblies. This was a competitive acquisition with three offers received. This is a two-year base contract with a one-year option period. Location of performance is Arizona, with an Oct. 16, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A619D0001). DCX-CHOL Enterprises, Inc.,* Chatsworth, California, has been awarded a maximum $12,960,000 firm-fixed-price, indefinite-quantity contract for aviation cable assemblies. This was a competitive acquisition with three offers received. This is a two-year base contract with a one-year option period. Location of performance is California, with an Oct. 16, 2021, performance completion date. Using military service Army. The type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A619D0002). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1656310/source/GovDelivery/

  • Palantir wants to be the ‘central operating system for all US defense programs’

    1 octobre 2020 | International, C4ISR, Sécurité

    Palantir wants to be the ‘central operating system for all US defense programs’

    Andrew Eversden WASHINGTON — Palantir, the Silicon Valley-based software company that successfully sued the Army in 2016, wants to become “the central operating system for all U.S. defense programs," the company wrote in paperwork filed with the U.S. Securities and Exchange Commission for its initial public offering. The software company, known for its controversial work with the U.S. government, went public on the New York Stock Exchange on Wednesday said that it wants its big data analytics platforms to “become the default operating system for data across the U.S. government.” Palantir, according to the filing, views the U.S. government's push toward alternative acquisition methods as a primary opportunity to for their company to grow. The federal government, particularly the Defense Department, is increasingly using what's known as Other Transaction Authorities and Small Business innovation Research contracts to eliminate the long timelines associated with the traditional contracting process. In 2019, research showed that those types of awards accounted for nearly 10 percent of the department's research, development, test and evaluation spending. “Our software is well positioned for this new procurement approach. Our platforms have been tested and improved over years of use across industries and can rapidly be deployed by the government with minor configurations. This gives us a significant edge over contractors selling custom tools,” the filing states. Palantir expects that there is $26 billion worth of work in the federal space, the filing stated. The company offers two big data analytics platforms, Foundry and Gotham, for data-driven decisionmaking by its customers. According to the filing, the company is currently working with Air Force, Army, Navy, Marines, Special Operations Command and “other defense agencies,” along with several other civilian agencies, including the Department of Veterans Affairs. The filing also states that the Army uses the platform to “keep one million troops ready for their missions, and every battalion in the U.S. Army uses our software for intelligence analysis.” In its filing, the the company specifically cites the DoD's $144 billion in fiscal 2020 on procurement funds and $105 billion on research, development, testing, and evaluation dollars as areas where its software “can contribute to programs covered by both of those budgets.” In 2016, Palantir sued the Army over its procurement strategy for an intelligence analysis system. After winning that case, which forced the Army to seek commercial solutions before building their own system. Since winning the case in 2018, the company has received $134.5 million in revenue from Army accounts, up from about $52 million in the previous 10 years. “Our victory in federal court is transforming the procurement of goods and services across the U.S. federal government,” the filing states. “For us, this shift in government acquisition represents a significant expansion of our [total addressable market] with the U.S. federal government. We are working towards becoming the central operating system for all U.S. defense program.” https://www.c4isrnet.com/industry/2020/09/30/palantir-wants-to-be-the-central-operating-system-for-all-us-defense-programs/

  • Contract Awards by US Department of Defense - April 26, 2019

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

    Contract Awards by US Department of Defense - April 26, 2019

    DEFENSE LOGISTICS AGENCY Sea Box,* Cinnaminson, New Jersey, (SPRD11-19-D-0100, $471,828,000); W&K Containers,* Mill Valley, California, (SPRDL1-19-D-0101, $19,513,750); and NexGen Composites,* Franklin, Ohio (SPRDL1-19-D-0097, $253,608,919) have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for ISO & Quadcon Containers. They are five-year contracts with no option periods. This was a competitive acquisition with four responses received. Locations of performance are New Jersey, Texas, California, South Carolina and Ohio, with an Oct. 29, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan. Freeman Holdings of Arizona, LLC, doing business as Million Air Yuma,* Yuma, Arizona, has been awarded a minimum $21,991,384 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 46-month contract with one six-month option period. Location of performance is Arizona, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0076). Rantec Power Systems, Los Osos, California, has been awarded a maximum $8,429,618 firm-fixed-price contract for two different power supplies. This was a sole source acquisition using justification 10 U.S.C. 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with one one-year option period for each power supply. The majority of the option is being exercised at the time of award. Location of performance is California, with a March 31, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0106). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $127,632,494 modification (P00003) to previously awarded contract FA2103-18-C-0061 for the B61-12 Life Extension Program. This modification provides for the initiation of an undefinitized contract action for Lot 1 and Lot 2 Long Lead items. Work will be performed in Saint Charles, Missouri, and is expected to be complete by Aug. 31, 2020. His modification brings the total cumulative face value of the contract to $131,932,494. Fiscal year 2018 and 2019 procurement funds, and fiscal year 2019 research and development funds, in the amount of $29,218,278 are being obligated at the time of award. Air Force Nuclear Weapons Center, Eglin Air Force Base, Florida is the contracting activity. Raytheon Co., McKinney, Texas, has been awarded a $94,272,118 fixed‐price‐incentive modification (P00004) to previously awarded contract FA8620-18-C-2001 for DAS‐4 production and upgrades. This modification provides for the purchase of an additional 54 production AN/DAS‐4 Multi‐Spectral Targeting System Model B High Definition/Target Location Accuracy (HD/TLA) turrets and one DAS‐1A to DAS‐4 turret unit upgrade. Work will be performed in McKinney, Texas, and is expected to be complete by Jan. 31, 2021. This contract involves foreign military sales to The Netherlands. Fiscal year 2017 aircraft procurement funds in the amount of $1,480,393, fiscal year 2018 aircraft procurement funds in the amount of $22,338,740, fiscal year 2019 aircraft procurement funds in the amount of $60,142,814, and foreign military sales funds in the amount of $10,310,171 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity. University of Dayton Research Institute, Dayton, Ohio, has been awarded a $46,794,000 indefinite-delivery/indefinite-quantity contract for Proactive Research Enabling Supportable Systems (PRESS). This contract provides for PRESS in order to improve materials and processes for maintainability and manufacturing. Work will be performed in Dayton, Ohio, and is expected to be complete by May 1, 2026. This contract was the result of a competitive acquisition and 3 offers were received. Fiscal year 2019 research, development, test and evaluation funds in the amount of $508,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5630). NAVY Granite-Healy Tibbitts, JV, Watsonville, California, was awarded $27,186,257 for firm-fixed-price task order N6247319F4540 under a previously awarded multiple award construction contract (N62473-16-D-1803) for construction of maintenance dredging piers 1, 3, and Paleta Creek at Naval Base San Diego. The maintenance dredging will re-establish the design operational and/or berthing depth required for United States Navy vessels and other visiting vessels. The dredge material is expected to be disposed of at upland disposal sites. All dredge material for upland disposal will be screened for unexploded ordnance and radiological debris, dried or dewatered prior to transport for disposal at a commercial landfill. The proposed maintenance dredging work will remove dredge material to restore the pier slips and creek area for safe, unrestricted navigation. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $38,244,577. Work will be performed in San Diego, California, and is expected to be completed by November 2021. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $27,186,257 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. (Awarded April 25, 2019) Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $26,890,125 cost-plus-fixed-fee contract for the procurement of Navy engineering services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $201,706,155. Work will be performed in Manassas, Virginia (68 percent); Waterford, Connecticut (10 percent); Groton, Connecticut (10 percent); Middletown, Rhode Island (7 percent); and Newport, Rhode Island (5 percent), and is expected to be completed by December 2025. Fiscal 2018 and 2019 other procurement (Navy) and fiscal 2019 research development test and evaluation (Navy) funding in the amount of $5,155,627 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity (N00024-19-C-6400). Miller Electric Co. Inc. doing business as PEC Contracting and Engineering*, Reno, Nevada, was awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Naval Air Station Fallon. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Fallon, Nevada. The term of the contract is not to exceed 60 months with an expected completion date of April 2024. Fiscal 2019 operation and maintenance (Navy) 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 operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2617). (Awarded April 25, 2019) Centerra-SJC II, LLC. *, Fort Worth, Texas, was awarded a $15,374,563 firm-fixed-price task order modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-15-D-1621) for exercise of options two, three, four, and five for renovations to 84 housing units. The work to be performed provides for complete exterior and interior repairs for 84 housing units at Tierra Kay Housing complex. The renovation of the Tierra Kay housing areas is to provide quality housing for unaccompanied service members, and will improve quality of life during their deployment to Guantanamo Bay. This will optimize energy performance of the housing area. The total task order amount after exercise of these options will be $18,612,025. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by April 2020. Fiscal 2019 operations & maintenance, (Army) contract funds in the amount of $15,374,563 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded April 25, 2019) Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $13,908,052 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise an option for AEGIS Speed to Capability Development. The contract provides for systems engineering, modeling and simulation, and design for AEGIS Speed to Capability cycles as well as the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers. Work will be performed in Moorestown, New Jersey (97 percent) and Johnstown, Pennsylvania (3 percent) and is expected to be complete by May 2020. Fiscal 2019 research, development, test & evaluation (Navy) funding in the amount of $1,938,130 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Didlake, Inc., Manassas, Virginia, is awarded a $12,076,573 firm-fixed-price, indefinite-delivery/ indefinite-quantity modification for the exercise of option four for annual custodial services at Naval Air Station Oceana, Naval Weapons Station Yorktown, and Norfolk Naval Shipyard. The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms. After award of this option, the total cumulative contract value will be $53,345,575. No task orders are being issued at this time. Work will be performed at various installations in Portsmouth, Virginia (43 percent); Virginia Beach, Virginia (44 percent); and Yorktown, Virginia (13 percent). This option period is from May 2019 to April 2020. No funds will be obligated at time of award. Task orders will be primarily funded by Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $11,705,043 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0063). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $9,142,030 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 for AEGIS Ashore Support and Ship Integration and Engineering of the AEGIS Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 16. The contract modification provides for AEGIS ashore on-site support in Romania and Poland, AEGIS Ashore Planning Yard support and Ship Integration Engineering support including technical data package and test package/procedure development; technical documentation; feasibility studies; configuration management support; lifecycle and system engineering; environmental qualification testing; topside analysis; Ballistic Missile Defense engineering; combat system alignment and integration of Advanced Naval Weapon Systems on DDG 51 Class ships. Work will be performed in Camden, New Jersey (29 percent), Deveselu, Romania (15 percent), Redzikowo, Poland (15 percent), Moorestown, New Jersey (13 percent), Norfolk, Virginia (9 percent), San Diego, California (9 percent), Pearl Harbor, Hawaii (5 percent), and various places below one percent (5 percent) and is expected to be complete by September 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $3,268,951 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY The Johns Hopkins University Applied Physics Laboratory LLC, a not-for-profit University Affiliated Research Center, Laurel, Maryland, has been awarded a ceiling $100,000,000 modification (P00003) to previously awarded indefinite delivery indefinite quantity (IDIQ) contract HR0011-17-D-0001 for engineering, development and research capabilities. The modification brings the total cumulative face value of the contract to $198,000,000 from $98,000,000. Work will primarily be performed in Laurel, Maryland, with an expected completion date of November 2021. IDIQ task orders can extend an additional six months until May 2022. No funds are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1825952/source/GovDelivery/

Toutes les nouvelles