26 février 2021 | International, C4ISR

DoD SBIR/STTR Component BAA Open: Army SBIR BAA 21.4, Topics A214-002 and A214-003

The DoD Small Business and Technology Partnerships Office announces the opening of the following Broad Agency Announcement (BAA) Topics:

Army SBIR 21.4

IMPORTANT DATES:

  • February 25, 2021: BAA opens, begin submitting proposals in DSIP
  • March 12, 2021: Topic Q&A closes to new questions at 12:00 p.m. ET
  • March 24, 2021: BAA closes, full proposals must be submitted in DSIP no later than 12:00 p.m. ET

The instructions and topics for these BAAs are available on DSIP at: https://www.dodsbirsttr.mil/submissions/login , at: https://rt.cto.mil/rtl-small-business-resources/sbir-sttr/, and the links above.

Topic Q&A

Proposers may submit technical questions through the Topic Q&A page at https://www.dodsbirsttr.mil/submissions/login. All questions and answers are posted electronically for general viewing. Topic Q&A will close to new questions on March 12, 2021 at 12:00 p.m. ET but will remain active to view questions and answers related to the topics until the BAA close.

Proposers are advised to monitor the Topic Q&A during the BAA period for questions and answers, and frequently monitor the beta.SAM.gov link above for updates and amendments to the topic.

Sur le même sujet

  • Pentagon Predicts Three-Month Major Program Delay

    21 avril 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Pentagon Predicts Three-Month Major Program Delay

    Lee Hudson The Pentagon predicts there will be a three-month slowdown for major defense acquisition programs because of the novel coronavirus pandemic. Aerospace, shipbuilding and small launch are the most vulnerable sectors in the wake of COVID-19, Pentagon acquisition executive Ellen Lord told reporters April 20. Out of the 10,509 major prime contractors, 106 have shuttered their doors, and 68 have closed and reopened. Of 11,413 vendor-based companies, 427 are shut down, with 147 having closed and reopened, she said. Lord's team has not identified specific programs but anticipates there will be schedule delays, she said. One of the measures the military is taking to support the defense industrial base is boosting progress payment rates to contractors, raising them for large businesses from 80% to 90% and for small businesses from 90% to 95%. “Based on submitted invoices, we expect payments at the higher progress payments to start this week, helping provide $3 billion in increased cash flow to industry,” Lord said. “I commend Lockheed Martin and Boeing for both publicly committing to ensure this cash flow goes quickly down the supply chain to small businesses who need it most.” The DOD is hoping other large defense contractors will make similar public announcements. The Pentagon's small business program office hosted a webinar with more than 1,000 companies to address their unique concerns, she said. Over the last few weeks, Lord's team has focused on supply chain “illumination” tools and found “international dependencies.” Specifically, the defense industrial base is being hit hard by supplier closures in Mexico and India. Lord spoke with the U.S. ambassador to Mexico on April 17 and on April 20 was sending a letter to the Mexican foreign minister asking for help in reopening international suppliers. The Pentagon also is hoping for additional aid from the American people via the second Coronavirus Aid, Relief and Economic Security (CARES) Act. Lord would not pinpoint a particular amount, but the money sought is incremental funding for inefficiencies related to contracting, Defense Production Act (DPA) Title III, the defense industrial base and medical resources. In the inaugural CARES Act, DOD received $1 billion for DPA Title III, $750 million for medical resources and $250 million for the defense industrial base. The DPA Title III medical resources priorities are N95 masks, ventilators, active pharmaceutical ingredients, testing kits, suppliers and reagents, vaccines and delivery systems. The defense sector focus areas for DPA Title III include machine tools and industrial controls, aircraft supply chain illumination, chem bio, directed energy, radar, munitions, missiles, space, shipbuilding, soldier systems and ground systems. To date, the Defense Logistics Agency has provided more than 1.8 million N95 respirator masks, 3.2 million nonmedical and surgical masks, 54.8 million exam gloves, 8,000 ventilators and 275,000 isolation and surgical gowns to the military services, combatant commands, and several federal agencies, Lord said. “We have ordered face coverings for the workforce, 3 million active duty, guard, reserve and government civilians with deliveries starting this week,” she said. “We expect 135,000 by the end of April and 580,000 by the end of May.” For the first time ever, U.S. Transportation Command (Transcom) was able to use the Defense Threat Reduction Agency-developed transport isolation system to move three COVID-19 positive patients from Afghanistan to Germany. The system was developed in 2014 during the Ebola crisis. “The joint staff, Transcom, and the Air Force continue to work to ensure that we can safely transport COVID-19 patients from overseas locations to the United States,” Lord said. “We just issued a memo that directs contracting officers to support a U.S. Forces Afghanistan memo to redeploy at-risk contractor employees due to insufficient medical capability in-country.” The Pentagon anticipates this will affect fewer than 1,000 personnel. https://aviationweek.com/defense-space/budget-policy-operations/pentagon-predicts-three-month-major-program-delay

  • Contract Awards by US Department of Defense - January 29, 2021

    1 février 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 29, 2021

    ARMY KBRwyle Technical Solutions LLC, Columbia, Maryland, was awarded a $78,252,029 modification (000286) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3 Charleston Afloat program. Work will be performed in Goose Creek, South Carolina, with an estimated completion date of Sept. 14, 2022. Fiscal 2010 operation and maintenance (Army) funds in the amount of $12,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. High Desert Support Services, Baton Rouge, Louisiana, was awarded a $54,000,000 modification (P00034) to contract W9124B-18-C-0004 for operations support services at Fort Irwin U.S. Army Garrison. Work will be performed in Fort Irwin, California, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $4,172,214 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Irwin, California, is the contracting activity. GP Strategies Corp., Columbia, Maryland, was awarded a $40,671,032 cost-plus-fixed-fee contract for life cycle logistics support and chemical demilitarization training facility operations and maintenance to facilitate the mission of the Chemical Materiel Training Facility at Aberdeen Proving Ground, Maryland. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 15, 2026. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-21-D-0015). ACC Construction Co. Inc., Augusta, Georgia, was awarded a $31,229,066 firm-fixed-price contract for construction of a consolidated mission complex at Warner Robins Air Force Base. Bids were solicited via the internet with three received. Work will be performed at Warner Robins Air Force Base, Georgia, with an estimated completion date of Feb. 23, 2023. Fiscal 2017 and 2020 military construction (defense-wide) funds in the amount of $31,229,066 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0009). The Boeing Co., Mesa, Arizona, was awarded a $20,333,921 modification (P00070) to contract W58RGZ-16-C-0023 for long lead integrated logistics support, initial spares package and peculiar ground support equipment for the Royal Moroccan Air Force. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales (Morocco); and 2019 and 2020 aircraft procurement (Army) funds in the amount of $20,333,921, were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, was awarded a $15,925,901 modification (P00026) to contract W31P4Q-18-C-0130 to develop a second source for the qualification and facilitization of the Electromechanical Control Actuation System for the Hellfire missile. Work will be performed in Orlando, Florida, with an estimated completion date of Aug. 28, 2021. Fiscal 2019 procurement of ammunition (Army) funds in the amount of $3,625,819 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $15,785,417 modification (P00059) to contract W91RUS-17-C-0010 for information technology services to support the mission of the 2nd Theater Signal Brigade. Work will be performed in Germany and Italy, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,768,377 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $15,261,587 modification (P00079) to contract W56HZV-20-C-0050 to exercise available options for Marine Corps procurement of vehicles and kits for the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2022. Fiscal 2021 Foreign Military Sales (Macedonia, Slovenia and Montenegro) and 2021 USMC procurement funds in the amount of $15,261,587 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $9,468,778 firm-fixed-price contract to maintain and repair petroleum systems and facilities. Bids were solicited via the internet with two received. Work will be performed in Anchorage, Alaska; Fairbanks Alaska; Delta Junction, Alaska; Shemya, Alaska; King Salmon, Alaska; Pohakuloa, Hawaii; Honolulu, Hawaii; Pearl Harbor, Hawaii; Ewa Beach, Hawaii; and Kaneohe Bay, Hawaii, with an estimated completion date of Jan. 31, 2022. Fiscal 2021 revolving funds in the amount of $9,468,778 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-21-F-0025). AIR FORCE Teradyne Inc., North Reading, Massachusetts, has been awarded a $78,232,776 firm-fixed-price requirements contract for the purchase of Versatile Diagnostic Automatic Test Station (VDATS) kits. The VDATS is an organically designed test station with open architecture and virtual modular equipment extensions for instrumentation technology. The VDATS consists of standardized, commercially available test equipment, components and software. There are two configurations of VDATS, the Digital Analog (DA)-1 and DA-2. Currently, these configurations support the A-10, B-1, B-2, B-52, C-5, C-17, C-130, E-3, E-8C, F-15, F16, F-22, H-53, H-60, KC-135 MC-4, MQ-9, Navy ships and UH-1 weapon systems. This contract will consist of five ordering periods with a period of performance of Feb. 1 2021, through Dec. 31, 2025, and work will be performed in North Reading, Massachusetts. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-21-D-0001). Lockheed Martin, Owego, New York, has been awarded a $64,266,809 supply contract for F-16 Foreign Military Sales (FMS) mission planning. This contract provides for the development, integration, test and delivery of the Joint Mission Planning System Unique Planning Component/Mission Planning Environment software updates. Work will be performed in Owego, New York, and is expected to be completed by January 2029. This contract involves FMS to Slovakia, Bulgaria, Taiwan, Morocco, Greece, United Arab Emirates, Bahrain, Chile, Colombia, Croatia, Egypt, India, Indonesia, Jordan, Korea, Oman, Pakistan, Philippines, Poland, Romania, Singapore, Slovenia and Thailand. This award is the result of a directed-source acquisition. FMS funds in the amount of $17,172,548 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0001). Taitech Inc., Dayton, Ohio, has been awarded a not-to-exceed $31,587,310 indefinite-delivery/indefinite-quantity contract (FA8650-21-D-2400) for technology for sustained supersonic combustion (TSSC). The mission of TSSC is to provide research and development for investigation of basic concepts, components, sub-systems, and diagnostics, for high-speed air breathing propulsion systems, airframe structures and internal/external aerodynamics including integration into air vehicles, weapons and launch systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by February 2028. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $75,000 will fund the initial task order at time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity. (FA8650-21-F-2402) Technica Corp., Sterling, Virginia, has been awarded a $22,040,950 cost-plus-fixed-fee task order (FA8307-19-F-0098) for weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter weapon system. Work will be performed in Sterling, Virginia, and is expected to be completed Aug. 14, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2021 research, development, test and evaluation funds; fiscal 2021 operation and maintenance funds; and fiscal 2021 Air National Guard procurement funds, in the full amount are being obligated at the time award. Air Force Life Cycle Management Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8732-14-D-0015). Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $21,744,548 cost-plus-fixed-fee modification (P00032) to contract FA8750-17-F-0105 for enterprise exploitation and information assurance. This contract modification provides for additional hours to facilitate development of electro-optical emerging data sources as part of the Assured Cyber Enterprise for the Intelligence Community Program. Work will be performed in McLean, Virginia, and is expected to be completed Sept. 28, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $74,381 are being obligated at the time of award. Total cumulative face value of the contract is $71,427,681. Air Force Research Laboratory, Rome, New York, is the contracting activity. Walga Ross Group, Topeka, Kansas, has been awarded an $8,575,943 firm-fixed-price contract, to repair/replace heat, ventilation and air conditioning to Building 2210 located on Tinker Air Force Base, Oklahoma. The work is expected to be completed June 13, 2022. This award is the result of Tribal/American Native Corp. set aside. Non-expiring Depot Maintenance Activity Group funds in the full amount are being obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8137-21-C-0009). NAVY Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $72,874,164 firm-fixed-price modification (P00024) to previously awarded contract N00019-17-C-0081. This modification exercises an option to procure 33 production AE1107C V-22 Osprey engines; 14 for the Marine Corps and 19 for the Navy for production of MV-22 and CMV-22 tiltrotor aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $39,749,544; fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,041,540; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $22,083,080 will be obligated at the time of award, $22,083,080 of which will expire at the end of the current fiscal year. The Naval Systems Command, Patuxent River, Maryland, is the contracting activity. La Playa Inc. of Virginia,* Chesapeake, Virginia (N64498-21-D-0002); Life Cycle Engineering Inc.,* North Charleston, South Carolina (N64498-21-D-0003); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-21-D-0004); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-21-D-0005); and Continental Tide Defense Systems Inc.,* Wyomissing, Pennsylvania (N64498-21-D-0006), are awarded a combined $67,512,167 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of support services for the Navy's air conditioning and refrigeration systems on all types of military vessels and small crafts. Each awardee will be awarded $2,200 (minimum contract guarantee per awardee) at contract award. Work will be assigned according to individual delivery orders and is expected to be completed by February 2027. It is estimated that work will be performed on the West Coast (41%); outside the continental U.S. (31%); and the East Coast (28%), at the following locations: Norfolk, Virginia; Mayport, Florida; Bremerton, Washington; Pearl Harbor, Hawaii; Yokosuka, Japan; Bahrain; United Arab Emirates; San Diego, California; Groton, Connecticut; Portsmouth, New Hampshire; Seattle, Washington; and Guam. Fiscal 2021 operation and maintenance funding in the amount of $11,000 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This multiple award contract was competitively procured via the Federal Business Opportunities website with five offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Bering Global Solutions LLC,* Anchorage, Alaska, is awarded a maximum-value $44,636,195 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base operations support services to be performed at Naval Support Activity Northwest Annex, Chesapeake, Virginia. Work will be performed in Chesapeake, Virginia, and is expected to be completed by September 2029. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $4,387,967 for recurring work will be obligated under the initial task order at time of award and will expire at the end of the current fiscal year. Work on the initial task order is expected to be completed by March 2022. This contract was competitively procured via the Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0006). The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded a $32,070,700 firm-fixed-price task order (N400-85-F-4540) under previously awarded multiple-award construction contract N40085-19-D-9070 for the construction of design-build project P224 Operations Support Facility and P999 Training Facility at Joint Expeditionary Base, Little Creek, Virginia. P224 will design and construct an operations support facility. The project includes all pertinent site preparations and site improvements, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, drainage, parking and exterior lighting. Built-in equipment includes equipment cages, passenger/freight elevator, lockers and emergency generator. P999 will design and construct an operations training facility, to include administrative spaces with both private and open offices, open workstations, conference rooms, cage rooms to secure personal belongings, shower rooms and supporting spaces including server rooms, mechanical rooms, restrooms, break rooms, janitor closets and circulation spaces. Work will be performed at Joint Expeditionary Base, Little Creek, Virginia Beach, Virginia, and is expected to be completed by December 2023. Fiscal 2021 military construction funds in the amount of $32,070,700 will be obligated at time of award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $23,185,000 option under modification P00012 to previously awarded cost-plus-fixed-fee contract N0003020-C-0004 to provide guidance, navigation, and control (GN&C) subject matter expertise and resources to explore and evaluate current maturing concepts and technologies to enable follow on, full-scale development of strategic guidance, navigation, and control solutions for the Second Life Extension (D5LE2) of the Trident II (D5) Strategic Weapon System. This contract also provides research and development into new and alternate GN&C technologies and concepts to support alternate and developing strategic systems programs missions. Work will be performed in Cambridge, Massachusetts (100%), with an expected completion date of Sept. 30, 2021. The contract will be incrementally funded with fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $5,423,823 and will not expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity. The Boeing Co., St. Louis, Missouri, is being awarded $19,680,950 for a firm-fixed-priced delivery order N00383-21-F-AY04 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft and AV-8B aircraft. Work will be performed in Lemoore, California (99%); and Philadelphia, Pennsylvania (1%). Work will be begin February 2021, and will be completed by December 2023. Fiscal 2021 working capital funds (Navy) in the full amount of $19,680,950 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. East Coast Repair and Fabrication LLC, Portsmouth, Virginia, is awarded a $12,131,903 firm-fixed-price contract for a 50-calendar day shipyard availability. The work to be performed provides services for the mid-term availability of the fleet replenishment oiler USNS Kanawha (T-AO 196). The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $13,566,323. Work will be performed in Newport News, Virginia, and is expected to be completed by April 19, 2021. Fiscal 2021 working capital contract funds (Navy) in the amount of $12,131,903 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with four proposals received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-21-C-4008). Lockheed Martin Space, Titusville, Florida, is awarded a $10,952,454 cost-plus-fixed-fee modification (P00006) to exercise options under previously awarded contract N00030-20-C-0100 for Trident II (D5) deployed systems support. Work will be performed in Denver, Colorado (40.1%); Bangor, Washington (17.9%); Kings Bay, Georgia (8.8%); Magna, Utah (8.2%); Oak Ridge, Tennessee (7.3%); Washington, D.C. (6.3%); Sunnyvale, California (5.6%); Cape Canaveral, Florida (3.5%); and other various locations (less than 1% each, 2.3% total). Work is expected to be completed Sept. 30, 2025. Fiscal 2021 weapons procurement (Navy) funds in the amount of $7,907,204; and fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,500,000 are being obligated on this award, $1,500,000 of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, D.C., is the contracting activity. Martin-Baker Aircraft Co. Ltd., Uxbridge, United Kingdom, is awarded an $8,764,364 firm-fixed-price contract for the manufacture of 581 explosive cartridges kits and 1,116 each of different explosive cartridges used in the Martin-Baker US16E ejection seat in F-35 aircraft for the Joint Strike Fighter program. The contract does not contain a provision for an option quantity. All work will be performed in Uxbridge, United Kingdom, and work is expected to be completed by October 2022. The total value of $8,764,364 will be obligated at the time of award. Funding sources include fiscal 2021 operation and maintenance (O&M) (International Partner Funding) funds (31%); fiscal 2021 O&M (Air Force) funds (22%); fiscal 2021 procurement (Air Force) funds (18%); fiscal 2021 procurement (Marine Corps) funds (8%); fiscal 2021 procurement (Navy) funds (5%); fiscal 2021 O&M (Marine Corps) funds (5%); fiscal 2021 O&M (Navy) funds (3%); Foreign Military Sales (FMS) Japan funds (3%); FMS Israel funds (3%); FMS Belgium funds (1%); and FMS Korea funds (1%). Funds will not expire at the end of the current fiscal year. One source 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-21-C-K014). DEFENSE LOGISTICS AGENCY DRS Network & Imaging Services, Melbourne, Florida, has been awarded a maximum $55,678,715 firm-fixed-price, requirements base subsumable contract to repair and return Bradley weapon system parts. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a nine-year contract with repricing occurring every three years. Location of performance is Florida, with a Jan. 28, 2030, performance completion date. Using military service is Army. Type of appropriation is fiscal year 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-21-D-0014). U.S. SPECIAL OPERATIONS COMMAND Rockwell Collins Inc., Cedar Rapids, Iowa, received a ceiling increase modification in the amount of $12,797,070 to an indefinite-delivery/indefinite-quantity contract (H92241-17-D-0004) to provide life-cycle contractor support and hardware for the Common Avionics Architecture System, Cockpit Management System, Airborne Mission Network, Secure Real Time Video and Aircraft Management Systems. This modification raises the contract ceiling to $43,529,330. The majority of the work is being performed in Cedar Rapids, Iowa, and ordering periods will end in July 2022. This modification was a non-competitive award in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2487798/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 09, 2020

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

    Contract Awards by US Department of Defense - July 09, 2020

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $56,100,000 not-to-exceed, undefinitized contract modification (P00018) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification provides systems integration engineering support and procures long lead material to ensure the ASQ-239 electronic warfare/countermeasures production capability remains on track to meet Lot 17 deliveries. This modification provides for the continuation of Block 4 electronic warfare development without creating a gap in engineering resources in support of the Navy, Air Force and non-Department of Defense (DOD) participants. Work will be performed in Nashua, New Hampshire (85%); and Fort Worth, Texas (15%), and is expected to be completed by December 2020. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,986,000; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $6,986,000; and non-DOD participant funds in the amount of $3,026,680, 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. Liberty JV,* Yuma, Arizona, is awarded a $40,000,000 maximum amount, indefinite-delivery/indefinite-quantity architect-engineering contract for environmental restoration projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). No task orders are being issued at this time. Work will be performed at various government installations within the NAVFAC AOR including, but not limited to, Washington (75%); Alaska (22%); Idaho (1%); Montana (1%); and Oregon (1%). The work to be performed provides for environmental restoration services under the Defense Department's Environmental Restoration Program, which includes the Installation Restoration Program and Munitions Response Program, complies with the Comprehensive Environmental Response, Compensation and Liability Act, and supports the Navy and Marine Corps base realignment and closure effort and similarly complex local and state environmental investigations. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $1,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by environmental restoration (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-20-D-5006). Jacobs-EwingCole JV, Pasadena, California, is awarded a $29,944,543 firm-fixed-price task order (N62473-20-F-4714) under an indefinite-delivery/indefinite-quantity contract for post-award design services (PADS) and post-construction award services (PCAS) to support multiple construction projects related to the fiscal 2020 and 2021 military construction (MILCON) earthquake recovery and repair program at Naval Air Weapons Station (NAWS), China Lake, California. The task order also contains one unexercised option, which if exercised, will increase cumulative task order value to $36,456,778. Work will be performed in Ridgecrest, California. The work to be performed provides for PADS and PCAS for various fiscal 2020 and 2021 MILCON and repair projects; 18 MILCON projects; and 25 repair projects will be constructed at NAWS China Lake as a part of the earthquake recovery program. The contractor will provide architect-engineer services to address any post-award design and construction related issues for the MILCON and repair projects. The contractor will also provide assistance to the government during the development of responses and requests for information from the contractors performing the construction effort for the projects. Work is expected to be completed by April 2024. Fiscal 2020 MILCON (Navy) contract funds in the amount of $29,944,543 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). Salient CRGT Inc., Fairfax, Virginia, is awarded a $21,984,298 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract to provide support with program management, program planning and execution, Joint Staff actions process training, Actions Division customer service help desk services, strategic planning and analysis assistance, correspondence management and communications and editorial functions in support of the Joint Staff Actions Division. The contract will include a 60-month base ordering period, with no option period. Work will be performed in Arlington, Virginia (85%); Fairfax, Virginia (10%); and Suffolk, Virginia (5%). The ordering period will be completed by July 2025. Fiscal 2020 operations and maintenance (O&M) (Defense-wide) (DW) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and will expire at the end of the current fiscal year. Subsequent task orders will be funded with the appropriate fiscal year O&M, DW funds. This contract was competitively procured with the solicitation posted through Navy Electronic Commerce Online and beta.SAM.gov website and 15 offers were received. The Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z023). Lockheed Martin, Baltimore, Maryland, is awarded a $16,345,048 firm-fixed-price contract for the refurbishment of rocket motors and thrust vector control used on vertical launch assemblies for anti-submarine rocket assisted torpedoes. If the option is exercised, the work will be completed by July 2023, bringing the total value of the contract to $30,630,048. Work will be performed in Baltimore, Maryland (44%); Dulles, Virginia (29%); and Owego, New York (27%). The base period of this contract is expected to be completed by October 2022. Weapons procurement funds (Navy) in the full amount of $16,345,048 will be obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-C-K045). DEFENSE LOGISTICS AGENCY AM General LLC, South Bend, Indiana, has been awarded a maximum $44,095,015 firm-fixed-price requirements contract for High Mobility Multi-Purpose Wheeled Vehicle diesel engines with containers. 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 Indiana, with a July 8, 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-0118). Marlex Pharmaceuticals Inc., New Castle, Delaware, has been awarded a maximum $9,274,712 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Delaware, with a July 8, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0008). ARMY VS2 LLC, Alexandria, Virginia, was awarded a $36,672,648 cost-plus-fixed-fee contract for logistics support services (maintenance, supply and transportation) at Fort Benning, Georgia. Bids were solicited via the internet with nine received. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of July 8, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $2,077,440 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0305). Manson Construction Co., Seattle, Washington, was awarded an $8,330,800 firm-fixed-price contract for dredge work in the Mississippi River. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of Oct. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,330,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0030). DEFENSE INTELLIGENCE AGENCY IT Concepts Inc., Vienna, Virginia, was awarded a $26,308,755 labor-hour contract (HHM402-20-C-0038) to develop, update, sustain, operate and enhance a software tool capability to be used by members of the acquisition, requirements, operational and intelligence communities to support and aid in the identification of intelligence requirements, management of priorities, planning and production of intelligence products, enterprise data analytics, communication and other associated processes. Work will be conducted in Vienna and Charlottesville, Virginia, with an expected completion date of June 2025. Fiscal 2020 operations and management funds in the amount of $1,023,586 are being obligated at time of award. This contract was awarded through an 8(a) set-aside and five offers were received. The Virginia Contracting Activity, Washington, D.C., is the contracting activity. AIR FORCE Innovative Scientific Solutions Inc., Dayton, Ohio, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to contract FA8650-13-D-2343 for advanced propulsion concepts and cycles research and development. Work will be performed in Dayton, Ohio, and is expected to be completed June 18, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,000 are being obligated at the time of award under task order FA8650-17-F-2009. Total cumulative face value of the contract is not-to-exceed $64,560,000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Ball Aerospace & Technologies Corp., Beavercreek, Ohio, has been awarded a $7,687,489 cost-plus-fixed-fee contract for Infrared Radiation Effects Laboratory (IRREL) operation and improvements program. The objective of this effort is to provide radiometric and radiation characterizations of focal plane arrays (FPAs) and associated devices. The effort includes developing innovative techniques to advance the state of the art in the characterization of infrared and visible FPAs and associated devices. These innovative techniques include the development of characterization and analytical techniques, test hardware and operational and test procedures that advance the experimental capabilities of the IRREL. Work will be performed in Albuquerque, New Mexico, and is expected to be completed Oct. 10, 2025. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 research, development, test and evaluation funds in the amount of $150,000 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0015). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2269384/source/GovDelivery/

Toutes les nouvelles