6 septembre 2019 | International, Aérospatial

F-22, F-35 jets won’t hit Mattis’ readiness targets

By: Aaron Mehta

WASHINGTON — The U.S. Air Force's stealthy fighters will not meet an 80 percent mission-capable rate requirement set by former Defense Secretary Jim Mattis, top officials revealed Wednesday.

Appearing at the 2019 Defense News Conference, Lt. Gen. Mark Kelly, deputy chief of staff for operations, said that the F-22 and F-35A would both fall short of the capability target set by Mattis shortly before his exit from the Pentagon. The F-16, however, “should” hit that target rate.

In a memo first revealed by Defense News last October, Mattis ordered the Pentagon's F-35, F-22, F-16 and F-18 aircraft inventories to hit 80 percent mission-capability rates. A July investigation by sister publication Air Force Times revealed that in fiscal 2018, when Mattis issued the memo, the service was in a readiness nose dive: Of the 5,413 or so aircraft in the fleet, the percentage able to fly at any given time decreased steadily each year since at least FY12, when 77.9 percent of aircraft were deemed flyable. By FY17, that metric plunged to 71.3 percent, and it dipped again to 69.97 percent in FY18.

Analysts were skeptical that such an increase could be achieved in just one year, and it appears that skepticism was well-founded. However, Kelly argued, not all mission-capable rates are created equal.

“We learned a lot from the MC80 [mission-capable 80 percent] effort. One of the big things we learned is that our long-range readiness strategy, which takes a lot more consideration than MC80, is frankly a more viable strategy,” he said of an effort that takes a more holistic approach to whether needed assets are ready to use.

“MC80 is actually a very important metric of how ready we are to go to war, but there is an easy way for the Air Force to achieve MC80 on any airframe, and that's to just stop flying. We actually flew more,” Kelly said.

The F-22 struggled to hit 80 percent in large part because the low-observable coating on the plane requires slow, careful work to maintain, which drags down the mission-capable rates. The F-35A, meanwhile, was being stood up and flown more during this period than ever before, which was beneficial for the service, but meant that mission-capable rates were impacted by operational use.

“So facts matter,” Kelly concluded. “The facts are: We won't make it, but the data behind the facts is we're actually having pretty good success.”

During the panel, Air Force leaders were asked if the 386 squadron target, first unveiled last September, is still a hard goal for the service. Lt. Gen. Timothy Fay, deputy chief of staff for strategy, integration and requirements, didn't provide a concrete answer, but he did indicate that capability — as opposed to capacity — may be a more important standard for the future.

“386 was an number we worked very hard on,” Fay said. “But it's not just a question of capacity. ... Yes, we have a force that's too small,” but the service is now “looking at new technologies, new ways to use those technologies.”

https://www.defensenews.com/smr/defense-news-conference/2019/09/04/f-22-f-35-wont-hit-mattis-readiness-targets/

Sur le même sujet

  • Hanwha-led team launches Redback vehicle for Australian Army competition

    13 janvier 2021 | International, Terrestre

    Hanwha-led team launches Redback vehicle for Australian Army competition

    By: Mike Yeo MELBOURNE, Australia — Hanwha-led Team Redback officially launched its Redback infantry fighting vehicle on Tuesday ahead of delivering three for evaluation trials as part of a risk mitigation effort for the Australian Army. The infantry fighting vehicles are undergoing trials as part of Project Land 400 Phase 3, which is tasked to acquire about 450 tracked IFVs that will replace Australia's fleet of M113AS4 armored personnel carriers. The Redback, which is named after a venomous spider found in Australia, is up against Rheinmetall's Lynx KF41 for the program, which is due to announce a winner in 2022. The risk mitigation effort involves detailed test and evaluation of the vehicles throughout 2021 with the aim of providing objective quality evidence to support a government decision on the preferred platform. Team Redback is the group of companies led by Hanwha Defense Australia, and includes Electro Optic Systems, Elbit Systems and several other Australian companies. Protection for the Redback meets STANAG Level 6 requirements (a NATO standard), and is fitted with a range of active and passive protection systems in addition to survivable seats in the troop compartment, a floating floor to mitigate the effects of mines or improvised explosive devices, and Plasan-made add-on armor. The passive protection system includes Elbit laser warning devices providing all-around coverage, while active protection comes in the form of the Israeli company's Iron Fist active protection system. The Redback is based on South Korea's AS21 infantry fighting vehicle and is fitted with an EOS T2000 turret mounting a Mk44S Bushmaster II 30mm cannon and a 7.62mm coaxially mounted machine gun. An EOS R400 four-axis remote weapons station is also mounted on the turret roof and can be fitted with a range of weapons including machine guns or an automatic grenade launcher. Grant Sanderson, CEO of the Defense Systems division at Electro Optic Systems, told Defense News that the coronavirus pandemic has slowed efforts to integrate the turret, pointing out that having to fly engineers between Australia, Israel and South Korea has been a challenge. However, the lethality testing of the integrated turret is continuing and is expected to culminate in a live-fire demonstration of the turret with Australian optics and systems in August. The Redback is also designed with ride comfort in mind, with rubber tracks and independent suspension in lieu of more common metal running gear and torsion bar suspension. Hanwha added that noise reduction measures has also meant it is possible to conduct conversations in the troop compartment, even when the vehicle is moving. https://www.defensenews.com/industry/2021/01/12/hanwha-led-team-launches-redback-vehicle-for-australian-army-competition/

  • Contract Awards by US Department of Defense - June 13, 2019

    14 juin 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - June 13, 2019

    NAVY Resource Management Concepts Inc.,* Lexington Park, Maryland, is awarded a $101,231,753 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for information technology engineering and management services for aircraft, avionics, and weapons system requirements in support of the Naval Air Warfare Center Aircraft Division's Integrated Battlespace Simulation and Test Department (AD 5.4). Work will be performed in Patuxent River, Maryland (71 percent); Orlando, Florida (7 percent); San Diego, California (6 percent); Jacksonville, Florida (6 percent); Point Mugu, California (5 percent); and Cherry Point, North Carolina (5 percent), and is expected to be completed in July 2023. No funds are being obligated at time of award, funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0065). Harper Construction Co. Inc., San Diego, California, is awarded $56,127,477 for firm-fixed-price task order N6247317F4705 under a previously awarded multiple award construction contract (N62473-16-D-1881) for construction of a maintenance hangar, maintenance shop and administrative building at Marine Corps Air Station, Yuma, Arizona. The work to be performed provides for the construction of three facilities in support of project P612 which includes a maintenance hangar, maintenance shop, and an administrative building. Associated work at all three sites includes, but is not limited to, testing and abatement for hazardous materials, demolition/disposal, site grading/prep, utility infrastructure work and relocation of aircraft point-of-service power, repair and install of airfield and other paving, optional photovoltaic system at the hangar site, testing, commissioning, and all incidental related work necessary to provide complete and usable facilities. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $56,826,414. Work will be performed in Yuma, Arizona, and is expected to be completed by April 2022. Fiscal 2017 military construction (Navy) contract funds in the amount of $56,127,477 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Multi-MAC JV,* Yuma, Arizona, is awarded a maximum amount $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for compliance with air emission regulations, Emergency Planning and Community Right-to-Know Act regulations, greenhouse gas and all other environmental media regulations to support Navy, Marine Corps, and other Department of Defense installations and federal agencies worldwide. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to, California (45 percent); Virginia (15 percent); North Carolina (15 percent); Florida (5 percent); Maryland (5 percent); Washington (5 percent); Georgia (5 percent); and Europe Africa Southwest Asia (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 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 three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4010). Technical Data Analysis Inc.,* Falls Church, Virginia, is awarded a $37,735,874 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and technical support services for the Naval Air Warfare Center Aircraft Division Air Vehicle Department. Engineering and technical support services for this effort shall include analysis, development, and integration of warfare systems, aircraft structural life surveillance, service life assessments and service life extensions in support of various Navy and Marine Corps platforms. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside, competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0069). Raytheon Co., Goleta, California, is awarded a $32,977,260 firm-fixed-price contract to conduct a demonstration of existing technologies (DET) in support of the Dual Band Decoy Program. This DET will demonstrate expanded capabilities of the Integrated Defensive Electronic Countermeasures AN/ALE-55 Fiber Optic Towed Decoy and AN/ALE-50 Advanced Airborne Expendable Decoy used on the F/A-18E/F aircraft. Work will be performed in Goleta, California, and is expected to be completed in September 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $12,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement, with three offers received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C1026). Cape Environmental Management Inc.,* Honolulu, Hawaii, is awarded $13,611,247 for cost-plus-award-fee task order N6274219F0129 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-1807) for implementation of remedial alternatives to address sediments contaminated with polychlorinated biphenyls and metals at the Pearl Harbor sediment site. The selected remedies to be implemented will include placement of a thin-layer of clean material for enhanced natural recovery (ENR) and treatment of contaminated sediment with activated carbon amendment material in under-pier areas where dredging or other active remedies are impracticable. The remedy action also includes pre-ENR dredging of sediment where necessary, to provide sufficient clearance below the authorized maintenance dredging elevation for the placement of clean material for ENR. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2022. Fiscal 2019 environmental restoration (Navy) contract funds in the amount of $13,611,247 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. WR Systems, Fairfax, Virginia, is awarded a $10,918,406 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production, engineering, technical and logistical services associated with delivery and technical support of the AN/SPA-25H Indicator Group. These systems support surface ships and are the standard data and distribution system from radar sensors to navigational and tactical displays. Additionally, the Navy has a need to procure durable and reliable state-of the-art switchboards, decoders, converters, switches and upgrades, for existing AN/SPA-25G and AN/SPA-25H installations. Work will be performed in Norfolk, Virginia (90 percent); and various Navy shipyards (10 percent), and is expected to be completed by May 2024. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $2,335,439 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on the basis of full and open competition via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017819D4505). ARMY Baker Jacobs JV, Pittsburgh, Pennsylvania, was awarded a $46,000,000 firm-fixed-price contract for architect-engineer services. 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 June 12, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0030). CGI Federal Inc., Fairfax, Virginia, was awarded a $34,414,693 modification (P00049) to contract W911S0-15-C-0004 for Operational and Environment Core functions support services. Work will be performed in Fort Eustis, Virginia, with an estimated completion date of Aug. 9, 2020. Fiscal 2190 operations and maintenance, Army funds in the amount of $23,000,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity. TiER1 Performance Solutions LLC,* was awarded a $19,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for research and development. Bids were solicited via the internet with 63 received. Work locations and funds will be determined with each order, with an estimated completion date of June 13, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0002). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,335,100 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for re-baselining the current production configuration and the procurement of capability enhancements to Government Furnished M1070A1 Heavy Equipment Transporters. One bid was solicited with one received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $17,355,100 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-15-D-0031). Avion Solutions Inc.,* Huntsville, Alabama, was awarded a $15,189,965 modification (0002 18) to Foreign Military Sales (Afghanistan, Bahrain, Croatia, Egypt, Jordan, Latvia, Saudi Arabia, Slovakia, Sweden, Tunisia and United Arab Emirates) contract W31P4Q-15-A-0029 for logistics support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 16, 2020. Fiscal 2019 Foreign Military Sales; other procurement, Army; operations and maintenance, Army; and research, development, test, and evaluation funds in the amount of $15,189,965 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. GTA Containers Inc.,* South Bend, Indiana, was awarded a $14,706,913 firm-fixed-price contract for procurement of collapsible fabric tanks. Two bids were solicited with two bids received. Work will be performed in South Bend, Indiana, with an estimated completion date of Dec. 6, 2022. Fiscal 2019 Army working capital funds in the amount of $14,706,913 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0409). Goodrich Corp., Brea, California, was awarded a $12,634,182 firm-fixed-price contract for maintenance and overhaul of the Hoist, Internal Rescue. 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 June 10, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0037). Oxford Federal LLC, Sheridan, Wyoming, was awarded a $7,762,098 firm-fixed-price Foreign Military Sales (Israel) contract for Site 13900. Six bids were solicited with three bids received. Work will be performed in Tel Aviv, Israel, with an estimated completion date of July 31, 2020. Fiscal 2019 Foreign Military Sales funds in the amount of $7,762,098 were obligated at the time of the award. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-19-F-0111). CORRECTION: A contract announced on June 12, 2019, for IBM Corp., Bethesda, Maryland (W912DY-19-F-0396), for $9,500,000 incorrectly identified the purpose of the contract. The contract is for the Department Of Defense High Performance Computing Modernization Program, Technology Insertion, Army Research Laboratory, Order 17 - Containerized Machine Learning System. All other information in the announcement was correct. U.S. SPECIAL OPERATIONS COMMAND The Boeing Co., Ridley Park, Pennsylvania, was awarded a $30,778,000 firm-fixed-price type delivery order (H92241-19-F-0091) under an existing contract (W91215-16-G-0001) to procure components and parts in support of MH-47G rotary wing aircraft. This action is required to satisfy an urgent need to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft, to mitigate the impact of the MH-47G aircraft availability in light of increased SOF operational demands and to procure H-47 long-range, rotary wing aircraft under foreign military sales acquisition procedures for the United Kingdom. Fiscal 2019 Aircraft Procurement, Army funds in the amount of $20,778,000 and no-year Foreign Military Spending funding from the United Kingdom in the amount of $10,000,000 shall be obligated at time of award for the acquisition of long-lead components and parts in support of the MH-47G Block II Production Program. Contract funds will not expire at the end of the current fiscal year. The majority of the work will be performed in Ridley Park. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY Sea Box,* Cinnaminson, New Jersey, has been awarded a maximum $7,364,845 firm-fixed-price contract for TRICON containers. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2) and 41 U.S. Code 3304(A)(2), as stated in Federal Acquisition Regulation 6.302-2(a)(2). This is a one-year base contract with no option periods. Location of performance is New Jersey, with Dec. 31, 2019, 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 (SPRD11-19-C-0220). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1875427/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 24, 2019

    25 juin 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    ARMY TCOM L.P., Columbia, Maryland, was awarded a $978,946,631 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for the Persistent Surveillance Systems - Tethered engineering, logistics, operations and program management support. 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 June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0020). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $561,802,200 hybrid (cost-plus-fixed-fee and fixed-price-incentive) foreign military sales (Bahrain, Poland and Romania) contract for production of Army tactical missile guided missile and launching assembly service life extension program production 3. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas; Camden, Arizona; Boulder, Colorado; Clearwater, Florida; St. Louis, Missouri; Lufkin, Texas; Windsor Locks, Connecticut; and Williston, Vermont, with an estimated completion date of June 30, 2022. Fiscal 2018 and 2019 missile procurement, Army and foreign military sales funds in the combined amount of $561,802,200 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0092). Donjon Marine, Hillside, New Jersey, was awarded a $12,170,000 firm-fixed-price contract for maintenance dredging of portions of the Newark Bay, New Jersey Federal Navigation Project. Bids were solicited via the internet with three received. Work will be performed in Newark, New Jersey, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 civil works funds in the amount of $12,170,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0013). DEFENSE LOGISTICS AGENCY Texas Power & Associates,* Palm Harbor, Florida (SPE8EG-19-D-0117); Atlantic Diving Supply, doing business as ADS,* Virginia Beach, Virginia (SPE8EG-19-D-0112); Berger/Cummins, Washington, District of Columbia (SPE8EG-19-D-0113); Caterpillar Defense, Peoria, Illinois (SPE8EG-19-D-0114); Inglett & Stubbs International, Atlanta, Georgia (SPE8EG-19-D-0115); and QGSI-USA Emergency Power, Houston, Texas (SPE8EG-19-D-0116), are sharing a maximum $900,000,0000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-18-R-0007 for generators. This was a competitive acquisition with eight offers received. These are five-year contracts with no option periods. Locations of performance are Florida, Virginia, Washington, District of Columbia, Illinois, Georgia and Texas, with a June 19, 2024, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Welch Allyn Inc., Skaneateles Falls, New York, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is New York, with a June 24, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0019). Hamilton Sundstrand, Windsor Locks, Connecticut, is to be awarded a $16,532,250 firm-fixed price contract for helicopter flight control computers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Arizona. Using military service is the Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRPA1-13-G-001X/SPRRA1-19-F-0329). NAVY L3 Technologies Inc., Northampton, Massachusetts, is awarded a $73,743,347 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost-reimbursement and firm-fixed-price provisions. This contract provides for depot-level repair, upgrade and overhaul services for submarine photonics mast programs. Work will be performed in Northampton, Massachusetts (98%), and at various places in the U.S. below one percent (2%) and is expected to be completed by June 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $2,146,169 will be obligated on the first delivery order at 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. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-G900). Katmai Integrated Solutions LLC,* Anchorage, Alaska, is awarded a contract ceiling $21,625,000 indefinite-delivery/indefinite-quantity contract with a three year ordering period to provide subject matter support services for Immersive Training Range Support (ITRS) . Work will be performed at Camp Lejeune, North Carolina (40%), Camp Pendleton, California (40%), and Marine Corps Base, Hawaii (20%), and work is expected to be completed June 24, 2022. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $4,877,737 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7835). Advanced Solutions Inc., Washington, District of Columbia, was awarded $16,863,635 for firm-fixed-price modification to a previously awarded task order N00039-18-F-0069 issued against Blanket Purchase Agreement N00104-08-A-ZF42 and the underlying a multiple award schedule in support of Navy Enterprise Resource Planning. This modification exercises an option for cloud and integration support services. Work will be performed in Loudon, Virginia (50%) and Mechanicsburg, Pennsylvania (50%) and is expected to be completed in June 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $16,863,635 will be obligated at the time of the award, which will expire at the end of the current fiscal year. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. (Awarded June 20, 2019) AIR FORCE Concentric Security LLC, Sykesville, Maryland (FA8003-19-D-A001); Nasatka Barrier Inc., Clinton, Maryland, (FA8003-19-D-A002); Cherokee Nation Security & Defense LLC., Tulsa, Oklahoma, (FA8003-19-D-A003); and Perimeter Security Partners LLC., Nashville, Tennessee (FA8003-19-D-A004) have been awarded a $45,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for vehicle barriers maintenance and repair services. This contract provides for all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for Air Force vehicle barrier systems. Work will be performed at all Contiguous United States (CONUS) (excluding Alaska and Hawaii) active duty Air Force installations and is expected to be completed by June 23, 2024. These awards are the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,000 ($1,000 per awardee) are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio is the contracting activity. Weldin Construction LLC, Palmer, Alaska, has been awarded a $35,000,000 ceiling increase modification (P00004) to previously awarded contract FA4861-17-D-A200 for simplified acquisition of base engineering requirements. This modification will increase the contract value from $35,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada and Creech Air Force Base, Nevada, and is expected to be completed by Dec. 2021. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Leidos Inc., Reston, Virginia, was awarded a modification to exercise an option totaling $8,825,457 to previously awarded contract HR0011-18-C-0127 for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $13,204,195. Work will be performed in Arlington, Virginia; San Diego, California; and King of Prussia, Pennsylvania, with an expected completion date of September 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,600,000 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/1885753/source/GovDelivery/

Toutes les nouvelles