26 février 2020 | International, Aérospatial

Duckworth: Army's New Helicopters Should Not Be Designed for Anyone Else

By Matthew Cox

WEST PALM BEACH, Florida -- Sen. Tammy Duckworth, a former U.S. Army helicopter pilot, said recently that the Marine Corps, Navy and Air Force would have to wait their turn if they want their own version of the Army's futuristic helicopters being developed under the Future Vertical Lift (FVL) effort.

The Illinois Democrat and member of the Senate Armed Services Committee recently attended a high-profile flight demonstration of Sikorsky-Boeing's new SB-1 Defiant helicopter that was designed with the goal of replacing the UH-60 Black Hawk.

The Army awarded a team from Sikorsky, part of Lockheed Martin Corp., and Boeing Co. a 2014 contract to build Defiant as part of the Joint Multi Role Technology Demonstrator (JMRT-D) program.

A Textron Inc.-Bell team also received a contract under the effort and built the V-280 Valor, a tiltrotor-design helicopter that completed its first test flight in December 2017.

Both the Valor and the Defiant prototypes are promising designs, Army officials maintain, that are capable of flying at speeds of more than 200 knots and will result in a replacement for the venerable Black Hawk as the service's new Future Long Range Assault Aircraft (FLRAA).

Duckworth, a former Army National Guard officer who lost both legs after enemy forces shot down the Black Hawk she was flying over Iraq in 2004, said she intends to keep the FVL program from morphing into an unwieldy, joint effort. That's a pitfall that has thrust many joint-service programs into program delays and cost-overruns because of overly broad requirements.

"This is an Army aircraft; we need to keep an Army mission," Duckworth told reporters at the Feb. 20 flight demo. "If the other services want to fall in behind it and develop something afterward and tweak it for what they need, that is fine, but we cannot build a Frankenaircraft ... that's going to meet the Marines' needs and the Navy's need and the Air Force's needs.

"We need to not let the requirements start to meander and creep around because otherwise we will never get to where we need to and get these things fielded as quickly as possible," she added.

In the past, the Pentagon has often tried to develop multiple versions of a major combat system, such as the new F-35 Joint Strike Fighter, which has been designed to satisfy the requirements of the Navy, Marine Corps and Air Force. The acquisition program for the advanced, stealth fighter began in the mid-1990s and still suffers from testing setbacks that have delayed a full-rate production decision.

That Army-Marine Corps Joint Light Tactical Vehicle (JLTV) program, however, is considered a successful acquisition effort that began in 2006 after Humvees in Iraq could not withstand the destruction force of enemy homemade bombs attacks.

JLTV took almost a decade to become a reality but, in August 2015, Oshkosh Corp. was selected over Lockheed Martin Corp. and AM General LLC to build the vehicle for the Army and Marine Corps.

Meanwhile, for the second year in a row, the Army has reduced the number of JLTVs it will buy in fiscal 2021 to free up money to fund future modernization.

FVL is one of the Army's top modernization priorities under a new strategy the service launched in 2017, with the goal of replacing most of its major combat platforms beginning in 2028.

Leaders stood up Army Future Command, an organization designed to help the service's acquisition and requirements machines work more closely together in an effort to streamline what has traditionally been a slow-moving process to develop and field combat system.

So far, the strategy appears to be working, since the FLRAA and the Future Attack Reconnaissance Aircraft (FARA) efforts are ahead of schedule, Duckworth said.

Army officials are scheduled to down-select to two vendors to build final prototypes of the FARA next month. The service is also scheduled to begin a competitive demonstration and risk reduction phase for FLRAA, which is expected to last until 2022, the year the service plans to down-select to one vendor to build the Black Hawk replacement.

"This is rare for defense procurement to actually be ahead of timeline instead of pushing everything to the right," Duckworth said. "I am very pleased with how well the Army is handling this development."

The senator stressed, however, that she intends to continue strict oversight of the FVL to ensure it doesn't result in a waste of taxpayer dollars.

"We can't be spending upward of $60 million per airframe," Duckworth said. "If we do that, then we can't field the number of airframes that we need to be out there in the force."

Army Secretary Ryan McCarthy, who also attended the flight demo, stressed that the service's leadership is committed to making necessary cuts to outdated programs to free up money for FVL and other modernization efforts.

"We don't have a choice. We are running out of letters to upgrade the existing platforms -- they are 40-year-old systems; the technology will not endure," he said.

-- Matthew Cox can be reached at matthew.cox@military.com.

https://www.military.com/daily-news/2020/02/25/duckworth-armys-new-helicopters-should-not-be-designed-anyone-else.html

Sur le même sujet

  • Contract Awards by US Department of Defense - December 10, 2019

    11 décembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 10, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Leidos Inc., Reston, Virginia, was awarded a competitive single award, indefinite-delivery/indefinite-quantity contract with a ceiling of $6,520,000,000 that includes a mix of fixed price and cost contract type pricing arrangements for Global Solutions Management – Operations (GSM-O) II, which provides support services for the operation, defense, and sustainment of the Department of Defense Information Network/Defense Information System Network. The place of performance is predominantly within the continental U.S. (CONUS); however, support services are also required at multiple locations outside CONUS. Proposals were solicited via the Federal Business Opportunities website (www.fbo.gov), now known as beta.SAM.gov website. The solicitation (HC1028-18-R-0024) was issued as a full and open competitive action. Three proposals were received. The period of performance includes a base period of five years (Jan. 1, 2020 – Dec. 31, 2025), with two two-year option periods, and one one-year option period, for a total period of 10 years (Jan. 1, 2020 – Dec. 31, 2030). The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-20-D-0001). AIR FORCE Computers Sites Inc., Denver, Colorado (P00008, FA8217-16-D-0002); Eaton, Raleigh, North Carolina (P0006, FA8217-16-D-0003); and AllCom Global, Lake St. Louis, Missouri (P00008, FA8217-16-D-0004), have been awarded an estimated maximum increase modification of $197,000,000 for power converting and continuation interfacing equipment. This modification provides for the installation of uninterruptable power supply systems across every major command. Work will be performed at Air Force bases throughout all major commands and is expected to be completed by Dec. 10, 2021. The estimated maximum value for each contract is being increased from $99,990,500 to $197,984,500, for fiscal years 2016-2021. Other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., El Segundo, California, has been awarded a $21,260,075 modification (P00036) to previously awarded contract FA8819-15-C-0007 to exercise Option 5 for Space Based Space Surveillance Block 10 sustainment. This modification provides for the exercise of an option for the sustainment and required development necessary for Air Force operations and maintenance of the Space Based Space Surveillance System and Red Local Area Network. This effort includes systems engineering, operations, operations support, and contractor logistics support. Work will be performed at El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by June 20, 2022. The total cumulative face value of the contract is $129,825,811. Fiscal 2020 operations and maintenance funds in the amount of $2,000,000 are being obligated at the time of award. The Space and Missile Systems Center, Special Programs Directorate, Los Angeles Air Force Base, California, is the contracting activity. Raytheon Co., Aurora, Colorado, has been awarded a $13,543,046, bilaterally negotiated contract modification (P00310) to previously awarded contract FA8807-10-C-0001 to modify the technical baseline to fulfill the requirements of four requests for changes (RFC). The contract modification is for implementation of four RFCs (312, 343, 345, and 393) to the technical baseline. Work will be performed at Aurora, Colorado, and is expected to be completed by June 30, 2021. The total cumulative face value of the contract is $3,308,389,602. No additional funds are being obligated at the time of award as the contract is incrementally funded. The U.S. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. ARMY Accenture Federal Services, Arlington, Virginia, was awarded a $75,820,763 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for unified enterprise resource planning capability support services. Bids were solicited via the internet with four received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Dec. 9, 2025. Fiscal 2020 Army working capital funds in the amount of $4,858,861 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-C-0005). Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $9,986,105 firm-fixed-price contract for excavation, placement of material for the construction of earthen retention dikes, installation of settlement plates, surveying, clearing, grubbing, steel culvert installation, painting and metalwork fabrication. Bids were solicited via the internet with eight received. Work will be performed in Calcasieu, Louisiana, with an estimated completion date of Dec. 5, 2020. Fiscal 2020 civil construction funds in the amount of $9,986,105 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0006). DEFENSE LOGISTICS AGENCY Raytheon Co., El Segundo, California, has been awarded a maximum $45,085,238 firm-fixed-priced delivery order (SPRPA1-20-F-C301) against a five-year basic ordering agreement (SPRPA1-17-G-C301) for APG-79 Radar System spare parts. 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 California, with a Dec. 30, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a maximum $19,483,754 cost-plus-fixed-fee, bridge contract for automated tank gauging, independent alarm system and overfill protection equipment maintenance. 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 19-month base contract with one three-month option period. Locations of performance are the 48 contiguous states, with a July 12, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-20-C-0004). National Industries for the Blind, Alexandria, Virginia, has been awarded a maximum $12,063,451 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for multiple sizes of innerspring mattresses. This is a mandatory procurement contract. This is a one-year base contract with two one-year option periods. Locations of performance are North Carolina and Virginia, with a Nov. 4, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B074). Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia, has been awarded a maximum $7,426,101 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with a Dec. 9, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0009). NAVY Moonlite Construction,* Corona, California, is awarded a maximum $20,000,000 indefinite-delivery/indefinite-quantity contract for painting and wall coverings construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma and San Diego and Marine Corps Air Station, Miramar, California. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. 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 Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0001). Windamir Development Inc., McDonough, Georgia, is awarded a $10,082,338 firm-fixed-price task order which provides for exercise of the first and second options for pier refurbishment of Pier XRay North and XRay South at Joint Base Charleston. After award of these options, the total cumulative contract value will be $17,048,056. Work will be performed in Charleston, South Carolina, and the option period is from December 2019 to July 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $10,082,338 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-F-0875). The Boeing Co., St. Louis, Missouri, is awarded a $9,475,825 firm-fixed-price delivery order (N00019-20-F-0283) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides Harpoon/SLAM-ER missile system and Harpoon launch systems follow-on integrated logistics and engineering services support for the Navy and various Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.89%); St. Louis, Missouri (5.47%); and Yorktown, Virginia (2.64%), and is expected to be completed in February 2022. Fiscal 2020 operations and maintenance (Navy); and FMS funds in the amount of $9,475,825 will be obligated at time of award, $2,464,306 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($2,464,306; 26%); and FMS customers ($7,011,519; 74%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2037058/source/GovDelivery/

  • Australia releases RFI for at least 16 special operations helicopters

    3 octobre 2018 | International, Aérospatial

    Australia releases RFI for at least 16 special operations helicopters

    By: Nigel Pittaway MELBOURNE, Australia — Australia's Defence Capability Acquisition and Sustainment Group issued a request for information for at least 16 special operations support helicopters. The helicopters will be acquired under Project Land 2097 Phase 4, which has not been formally approved by the Australian government but has been identified as a priority for future defense spending in the 2016 Defence White Paper. The proposed timeline calls for a request for tender in the fourth quarter of 2019, with the major delivery of equipment to follow in 2022. “The project is currently in the exploratory phase, collecting information and proposals to inform concepts for capability realisation,” according to the RFI's cover letter, authored by CASG's acting first assistant secretary of the helicopter division, Brigadier Jeremy King, and the head of land capability at Army Headquarters, Maj. Gen. Kath Toohey. “The project is considering a wide range of procurement options based around a light helicopter as the major system. The acquisition strategy is developmental and is subject to Government approval,” the letter read. According to the RFI, the requirement is for a proven commercial or military off-the-shelf light helicopter, which is already in service with other operators. Other requirements include optimization for use in dense urban environments, capable of rapid deployment by the Royal Australian Air Force's C-17A airlifters, and the ability to be fitted with simple and proven intelligence, surveillance and reconnaissance equipment and weapons. The helicopters are intended for use by the Australian Army's 6th Aviation Regiment, based at Holsworthy, south of Sydney, and will complement a squadron of larger NHI MRH-90 Taipan helicopters. The Taipans are replacing the 6th Aviation Regiment's existing Sikorsky S-70A-9 Black Hawk, beginning in January 2019. The RFI does not specify a desired size for the new helicopter, but four are required to be deployed aboard one C-17A. In an earlier update to the Army's major battlefield aviation programs, CASG's first assistant secretary of the helicopter systems division, Shane Fairweather, and Toohey discussed a helicopter in the four-ton class. The primary role of the new helicopter will be to provide an air assault capability by small teams of special forces, with secondary roles including ISR (using electro-optical sensors), fire support and general utility. The RFI calls for a helicopter that can be rapidly reconfigured between these roles. The main base for operations will be at Holsworthy, but the Australian Army is considering the establishment of a permanent detachment of helicopters — referred to in the RFI as the “independent detachment” — in a yet-to-be-decided location. Australia's Special Operations Command has two commando regiments based at Holsworthy and the Special Air Service Regiment based in Western Australia. The RFI calls for four helicopters to be maintained online at Holsworthy, in addition to the independent detachment (four aircraft) and two deployable elements, each of four helicopters. The number of helicopters to be acquired is not specified in the document, but respondents are asked to provide an assessment of how many will be needed to support 16 aircraft online at any given time. The forthcoming RFI was a major focus at the 2018 Land Forces exhibition, held in Adelaide in early September, with several major helicopter manufacturers declaring their intention to respond. Then-head of Airbus Group Australia Pacific Tony Fraser said the European manufacturer intends to offer its 3- to 7-ton H145M helicopter. “We will compete the H145M and we expect it to be a very strong competitor,” he said. Also speaking at Land Forces, Bell's business development director for Australia, Dan McQuestin, revealed that the company intends to bid the 2.5-ton Bell 407GT, an armed version of the popular 407GX civil helicopter. “It's COTS, it's already deployed in the field in the Middle East and maintained through a commercial supply chain,” he said. Boeing Defence & Security's vice president of global sales and marketing for Australia said he was keen to see what the Commonwealth's requirements would be, but the U.S. manufacturer saw its 1.6-ton AH-6i Little Bird as a candidate. “Based on our conversations, we think the AH-6i is a viable alternative for Land 2097 Phase 4,” he said. “We'll see what is in the RFI, but we certainly expect to bid.” Leonardo's helicopter division announced during the show that it will propose the AW109 Trekker helicopter. Other potential contenders include MD Helicopters with its MD530G helicopter, and Northstar Aviation with the 407MRH Lightning, a multirole helo based on the Bell 407. https://www.defensenews.com/industry/2018/10/02/australia-releases-rfi-for-at-least-16-special-operations-helicopters

  • Contract Awards by US Department of Defense - July 8, 2019

    9 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 8, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111). Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113). McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112). Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110). ARMY The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003). DEFENSE LOGISTICS AGENCY Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. 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 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

Toutes les nouvelles