8 juillet 2020 | International, Aérospatial, Naval

House Appropriators Add 12 F-35s, Boost Weapons Spending, But…

"To us, it means that there is going to be much more tension and debate over future modernization programs as flat investment will not enable DoD to recapitalize in a timely and militarily relevant pace," says defense analyst Byron Callan.

By on July 07, 2020 at 7:38 PM

WASHINGTON: House appropriators made their first cut at the annual defense spending bill today, approving spending $3.5 billion below the Trump Administration's request — although lawmakers added a substantial $4.1 billion for several weapons systems, including 12 additional F-35s.

Overall, the House Appropriations Committee trimmed $3.5 billion from the Trump Administration's 2021 budget request while still fully paying for a 3% pay raise and force structure increases to all but the Marines, who will lose 2,100 people.

The appropriators approval of an increase in F-35 buys makes it unlikely the House Armed Services Committee's skepticism of the Joint Strike Fighter program will prevail. The HASC added no more planes above the administration request for 79 aircraft of all three models and docked at least a score of supporting line items by a total of $561 million. By contrast the SASC added $1.36 billion to buy more Air Force F-35As, Marine F-35Bs, and Navy F-35Cs, plus spare parts.

In other bump ups, the HAC funds 11 V-22 aircraft, adding $1.1 billion to buy two more than the request. It also adds three P-8A Poseidon aircraft for the Navy Reserve, three more than the request for an additional $510 million. And echoing the House authorizing committee's support, the HAC added 16 MQ-9 Reaper unmanned aerial vehicles to the Pentagon request, for a cost of $344 million.

But making sense of the HAC-D bill is difficult because it's not yet clear what and where they've cut, as veteran defense stock analyst Byron Callan notes. It all gets complicated by the CARES Act and adjustments to contracts that have been made.

Overall, Callan says, it looks as if fiscal 2020 — last year — may have been the peak of whatever Trump defense boost there has been. But it's all uncertain.

“Absent the pandemic budget impacts, however, the markups so far suggest that FY20 was a peak for DoD investment. This does not mean investment is at the peak and headed fast downhill in FY21 and beyond,” Callan writes. “To us, it means that there is going to be much more tension and debate over future modernization programs as flat investment will not enable DoD to recapitalize in a timely and militarily relevant pace.”

https://breakingdefense.com/2020/07/house-appropriators-add-12-f-35s-boost-weapons-spending-but/

Sur le même sujet

  • Behind PAL & De Havilland's next-gen maritime patrol aircraft - Skies Mag

    19 juillet 2021 | International, Aérospatial, Naval

    Behind PAL & De Havilland's next-gen maritime patrol aircraft - Skies Mag

    The Dash 8 P-4 special mission aircraft, to be jointly developed by PAL Aerospace and De Havilland Canada, could be a market disruptor.

  • Contract Awards by US Department of Defense - February 07, 2020

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

    Contract Awards by US Department of Defense - February 07, 2020

    AIR FORCE Honeywell Inc., Clearwater, Florida, has been awarded an indefinite-delivery/indefinite-quantity contract with estimated ceiling of $3,517,000,000 for Embedded GPS Inertial Navigation System Modernization (EGI/EGI-M) follow-on production and sustainment. This contract provides production, sustainment and engineering technical services in support of the EGI/EGI-M system. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 31, 2035. This contract will allow foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of $1,635,018 are being obligated for the first order of EGIs for the F-15 aircraft. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-20-D-0001). Engility Corp., Andover, Massachusetts, has been awarded a $655,000,000 firm-fixed-price, cost reimbursable indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center Development Corps Innovation & Prototype Operations at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration, and sustainment services supporting the current Ground System Enterprise throughout its evolution, including the transition to and buildout of Enterprise Ground Services. Work will be performed at Kirtland Air Force Base, New Mexico; and Schriever Air Force Base, Colorado, and is expected to be complete by July 2, 2027. This award is the result of a competitive acquisition with five proposals received. The Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity (FA8818-20-D-0009). Highlight Technologies LLC, Fairfax, Virginia, has been awarded a $7,708,136 hybrid firm-fixed-price, time and materials modification (P00004) to previously-awarded contract FA8730-19-F-0176 for the Kessel Run Enterprise Services Software Environment for Kessel Run Experimentation Labs. This modification provides the software environment management services for the Kessel Run Experimentation Labs and brings the total cumulative face value of the contract to $14,502,143. Work will be performed in Boston, Massachusetts, and is expected to be complete by Aug. 14, 2020. Fiscal 2020 operations and maintenance funds in the amount of $2,483,737 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $347,714,510 modification to a previously-awarded fixed-price-incentive-firm-target advance acquisition contract (N00019-20-C-0009). This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of 43 lot 15 F-35 aircraft for non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in December 2023. Non-DoD participant funds in the amount of $204,964,510; and FMS funds in the amount of $142,750,000, 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. WSP USA Inc., Federal Way, Washington, is awarded a $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for waterfront projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations. Initial task order is being awarded at $5,900,965 for multi-mission dry dock alternatives feasibility and engineering study in support of environmental impact statement development, Naval Base Kitsap and Puget Sound Naval Shipyard. The work to be performed provides for an interdisciplinary team to furnish engineering and design services for waterfront projects at various locations predominantly serviced by NAVFAC NW. The design and engineering services will require expertise in architectural, mechanical, electrical, civil, structural, geotechnical, corrosion control, coastal, naval architect, fire protection, survey, cost and environmental disciplines as it pertains to Department of Defense facilities and systems. Work for this task order is expected to be completed by March 2021. All work on this contract will be performed in Washington state (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); Oregon (1%); North Dakota (1%); South Dakota (1%); and Wyoming (1%). The term of the contract is not to exceed 60 months with an expected completion date of January 2025. Fiscal 2020 operations and maintenance, Navy (O&M,N) contract funds in the amount of $5,900,965 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 Federal Business Opportunities website with four proposals received. NAVFAC NW, Silverdale, Washington, is the contracting activity (N44255-20-D-0001). Electric Boat Corp., Groton, Connecticut, is awarded a $38,204,181 cost-plus-fixed-fee modification to a previously-awarded contract N00024-12-C-2115 to exercise options to procure onboard repair parts for Virginia class attack submarines Pre Commissioning Unit (PCU) Arkansas (SSN 800) and PCU Utah (SSN 801). Work will be performed in Groton, Connecticut, and is expected to be completed by February 2023 for PCU Arkansas and August 2023 for PCU Utah. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $9,797,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole-source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded a $19,187,652 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-15-C-4103 for long lead time materials in support of the Virginia class attack submarines (SSN 804) and (SSN 805) propulsor components. This modification provides the required long lead time materials needed for the fixed components in support of the SSN 804 and SSN 805 Virginia class submarine propulsor. Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $19,187,652 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded $15,792,900 for a firm-fixed-price modification with reimbursable elements to a previously-awarded contract N32205-17-C-3502. This modification provides for the second one-year option for one U.S.-flagged vessel in support of the Department of Defense Logistics Agency Energy aboard the Motor Vessel Evergreen State. Work will be performed worldwide, and is expected to be completed, if all options are exercised by Jan. 8, 2023. This contract includes a one-year firm period of performance, three one-year option periods and one 11-month option period. Working capital funds (Navy) in the amount of $10,140,250 for fiscal 2020; and $5,652,650 for fiscal 2021, are obligated and will not expire. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $12,941,188 firm-fixed-price delivery order under previously-awarded basic ordering agreement N00024-19-G-5107 for shipboard and shore-based spare parts. This order covers installation and checkout, coordinated shipboard allowance list and coordinated shore-based material/maintenance allowance list spares. Work will be performed in Andover, Massachusetts (86%); Marlborough, Massachusetts (9%); and Chesapeake, Virginia (5%), and is expected to be completed by March 2022. This contract involves foreign military sales to the Republic of Korea (51%); and government of Japan (49%). Foreign Military Sales funding in the amount of $12,941,188 will be obligated at the time of award. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), this order was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-F-5108). POWER Engineers Inc., Hailey, Idaho, is awarded a $10,493,283 firm-fixed-price task order N62742-20-F-0306 modification P00003 under an indefinite-delivery/indefinite-quantity contract for various electrical engineering projects and related services at various locations in the Naval Facilities Engineering Command (NAVFAC) Pacific area of operations. The work to be performed provides design and engineering services to prepare a design-bid-build construction package consisting of full plans, specifications, detailed cost estimate and other services as required to construct a new multi-story operations center to replace Building 112. Also included are two new single-story warehouses at U. S. Naval Computer and Telecommunications Station Finegayan and at United States Naval Base Guam (U.S. NBG); an underground pathway and ducting to support a 23-mile 288-strand fiber optic cable between Andersen Air Force Base and U.S. NBG. Work will be performed in Dededo, Guam, and is expected to be completed by November 2020. Fiscal 2019 military construction (planning and design) contract funds in the amount of $10,493,283 are obligated on this award and will not expire at the end of the current fiscal year. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-16-D-0002). CORRECTION: A contract action announced on Feb. 6, 2020, to Electric Boat Corp., Groton, Connecticut, for $7,598,226 should have identified a definitized contract action to previously-awarded contract N00024-16-C-2111, not “undefinitized.” All other information in the announcement is correct. ARMY L3 Technologies Inc., Muskegon, Michigan, was awarded a $59,056,763 contract for 235 eHydro-Mechanically Propelled Operational Reliability [THOR] II Transmission 800s in a mix of both new and remanufactured configurations. Bids were solicited via the internet with one received. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2021. Fiscal 2020 Army working capital funds in the amount of $59,037,500 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-15-C-0119). EA-SCF JV,* Hunt Valley, Maryland, was awarded a $45,000,000 firm-fixed-price contract for environmental services at Fort Belvoir. 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 Feb. 6, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0014). Dyncorp International LLC, Fort Worth, Texas, was awarded an $11,361,712 modification (P00028) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed at Fort Campbell, Kentucky; Fort Bragg, North Carolina; Bangor, Maine; and Kuwait, with an estimated completion date of Sept. 30, 2020. Fiscal 2020 aircraft procurement, Army; and operations and maintenance, Army funds in the amount of $11,361,712 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity. Escal Institute of Advanced Technologies Inc., North Bethesda, Maryland, was awarded a $9,258,000 modification (P00001) to contract W911S0-19-D-0009 to provide industry standard, nationally recognized training and certifications to verify and validate student proficiency in cybersecurity roles as defined in the Joint Cyberspace Training and Certification Standards Concept of Operations. 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 Feb. 5, 2021. Fort Gordon, Georgia, is the contracting activity. DEFENSE LOGISTICS AGENCY Otis Products Inc.,* Lyons Falls, New York, has been awarded a maximum $33,688,736 firm-fixed-price contract for gun cleaning kits. This was a competitive acquisition with two offers received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with a Feb. 6, 2023, performance completion date. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0076). UPDATE: Atlantic Diving Supply Inc., doing businesses as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0051), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0010 announced May 31, 2017. UPDATE: Truck Country of Wisconsin Inc., De Forest, Wisconsin (SPE8EC-20-D-0053), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0008 announced April 20, 2017. UPDATE: Wright & Wright Machinery Co., Inc.,** Monticello, Kentucky (SPE8EC-20-D-0054), has been added as an awardee to the multiple-award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business **Veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2078385/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 22, 2020

    23 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 22, 2020

    NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded an $869,043,785 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-2117. This modification includes continued design completion, engineering work, affordability studies and design support efforts for the Columbia Class fleet ballistic missile submarines (SSBNs). Work will be performed in Groton, Connecticut (41%); Quonset Point, Rhode Island (14%); and Newport News, Virginia (2%), with other efforts performed at various sites throughout the U.S. (43%). This modification also includes submarine industrial base development and expansion efforts as part of the integrated enterprise plan and multi program material procurement supporting Columbia SSBNs and the nuclear shipbuilding enterprise (Virginia class and Ford class). The contract modification also provides additional United Kingdom (U.K.) Strategic Weapon Support System kit manufacturing and effort to support expansion of the domestic missile tube industrial base. Specific effort includes design completion associated with the SSBN 827 technical variance documentation; non-recurring design effort for scope changes between the SSBN 826 and SSBN 827; design for affordability; lead ship component development lead yard support; follow ship lead yard support; and implementation of enhanced cyber security measures. Further, the action includes U.K. Strategic Weapon Support System kit manufacturing; expansion of the domestic missile tube industrial base; and submarine industrial base supplier development efforts. The submarine industrial base development and expansion efforts improve sub-tier vendor stability and gains economic efficiencies based on production economies for major components. The nuclear shipbuilding industrial base continues to ramp up production capability to support the increased demand associated with the Navy's Force Structure Assessment. Improved capacity at the sub-tier vendors reduces risk across nuclear shipbuilding programs. The contract modification includes a fully priced option for the construction of SSBN 826 and SSBN 827, associated design and engineering support. For SSBN 827, the modification covers advance procurement, advance construction and subsequent fiscal 2024 construction of SSBN 827. This option is required to support October 2020 construction start of the SSBN 826. If the option is exercised, the cumulative value of this contract will increase to $9,473,511,245. Work is expected to be complete by December 2031. The industrial base development work is for the furtherance of the fiscal 2020 National Defense Authorization Act (Public Law 116-92) and the Consolidated Appropriations Act 2020 (Public Law 116-93), which authorized and appropriated additional funds for submarine industrial base development and expansion to ensure second and third-tier contractors are able to meet increased production requirements. This is a joint U.S. and U.K. program; U.S. fiscal 2020 national sea-based deterrence funds in the amount of $31,903,052 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $26,866,441 firm-fixed-price contract that procures two MQ-9A Reaper unmanned air systems (UAS); one dual control mobile ground control station; one modular data center; and one mobile ground control station for Group 5 UAS intelligence, surveillance and reconnaissance services/persistent strike efforts. Work will be performed in Yuma, Arizona (40%); and various locations outside the continental U.S. (60%), and is expected to be complete by December 2020. Fiscal 2020 aircraft procurement (Navy) funds for $26,866,441 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0031). (Awarded June 19, 2020) Alabama Shipyard LLC, Mobile, Alabama, is awarded a $23,752,381, firm-fixed-price contract for a 96-calendar day shipyard availability for the regular overhaul and dry docking of the USSN Ship Supply (T-AOE 6). Work will be performed in Mobile, Alabama, and is expected to be complete by November 2020. This contract includes one base period and 10 options which, if exercised, would bring the cumulative value of this contract to $26,361,776. Working capital funds (Navy) in the amount of $23,752,381 are obligated for fiscal 2020 and 2021, and will not expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the Government Point of Entry website, and one offer was received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205). Pacific Maritime Industries,* San Diego, California (N00244-20-D-0005); Marine & Restaurant Fabricators,* San Diego, California (N00244-20-D-0006); and JPL Habitability,* National City, California (N00244-20-D-0007), are awarded an estimated $23,192,490 for multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide shipboard furniture supplies to renovate spaces onboard Navy ships. Work will be performed at all three contractor locations San Diego, California; and National City, California (collectively 70% as breakdown cannot be determined at this time); and Naval Base San Diego, San Diego, California (30%). Incidental services involve preparation of spaces and installation. Related tasks may include, but are not limited to, overheads, decks, bulkheads, furniture, rearrangements, new arrangements, fabrication of shipboard furniture and food service items, installation and removals, etc. The contract will include a one-year base period and two one-year option periods and the total value of this contract will have a ceiling price of $23,192,490, if exercised. The ordering period of the contract is expected to be complete by June 2021; if all options are exercised, the ordering period will be complete by June 2023. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $52,500 will be obligated ($17,500 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. Delivery orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a total small business set-aside requirement with three offers received. The Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $12,522,521 firm-fixed-price, cost-plus-fixed-fee order (N61340-20-F-0096) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering in support of establishing a functional configuration baseline in support of the production and delivery of Automatic Dependent Surveillance-Broadcast Out (ADS-B Out) A-kits and B-kits for the T-45 Training System. Work will be performed in St. Louis, Missouri (97%); Mesa, Arizona (1%); and various locations within the continental U.S. (2%). This order provides for the procurement of B-kits, to include air data computers and A-kits, which consist of associated wiring, splitters and filters and spares. This order also provides kit integration, follow-on analysis and engineering in support of issues that may arise during kit production and installation. Work is expected to be complete by January 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,109,441; fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,516,503; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,387,476 will be obligated at time of award; $7,109,441 will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded June 19, 2020) FGS LLC, LaPlata, Maryland, is awarded a $9,760,698 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures network video teleconference equipment for the integrated command control and intelligence divisions integration of specialized network video teleconference systems in support of the command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance missions of the Joint Staff and combatant commanders, Department of Defense agencies and services, and Department of Homeland Security operational and support components. Work will be performed in LaPlata, Maryland, and is expected to be complete by June 2022. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0029). Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $9,738,679 cost-plus-fixed-fee order (N68335-20-F-0349) against previously issued basic ordering agreement N68335-19-G-0036. This order provides for continued research and development efforts under Small Business Innovation Research topic N171-012, titled “Transition of Mission Planning Software to a Next Generation Component Based, Open Architecture using Advanced Refactoring Technology;” topic N07-137, titled “Artifact Assessment Tool Suite Infrastructure;” and topic N171-049, titled “Cyber Resiliency via Virtualization for Combat System.” Work will be performed in Huntsville, Alabama (58%); Mt. Laurel, New Jersey (20%); Arlington, Virginia (20%); and Fall River, Massachusetts (2%). This order provides further research and development of the Next-Generation Open Architecture (NGOA) Mission Planning System. The NGOA Mission Planning System includes a combat management system architecture that enables rapid software changes and fleet fielding, and an artificial intelligence/machine learning based dynamic mission planning capability that spans fleet-level and individual platform-level planning. Work is expected to be complete by June 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds for $9,403,719 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $9,000,000 modification (P00004) to firm-fixed-price order N00019-19-F-2963 against previously issued basic ordering agreement N00019-16-G-0001. This modification procures research and development support for airworthiness assessment activities associated with wing stores and configurations to be analyzed with the Wideband Satellite Communication radome for P-8A airworthiness certification and flight tests for the Navy and government of Australia. Work will be performed in Seattle, Washington (85%); and Patuxent River, Maryland (15%), and is expected to be complete by September 2021. Fiscal 2020 research, development, test, and evaluation (Navy) funds for $500,000; and foreign cooperative project funds for $3,000,000 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. Northrop Grumman Systems Corp., Bethpage, New York, is awarded an $8,902,824 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-17-C-6311 for basic outfitting assembly (BOA) installation labor and BOA installation labor other direct costs to support the Littoral Combat Ship (LCS) Mission Modules Program. Work will be performed in Port Hueneme, California (80%); and Bethpage, New York (20%). The LCS Mission Modules Program provides the fleet with sets of mission capabilities that are packaged as mission modules and combined into mission packages to maximize the affordability for the utility of LCS sea frames. Each mission module makes use of common support containers whose designs are based upon an International Organization for Standardization-compliant base shipping container. The “base” container is built to print with adjustable interior rails that can be reconfigured for a variety of applications. Work is expected to be complete by June 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $199,400 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. DEPARTMENT OF DEFENSE EDUCATION ACTIVITY Lincoln Public School, Lincoln, Massachusetts, is being awarded an $85,722,108 firm-fixed-price contract for comprehensive educational program services for Pre-K-grade 12 and special education services. The place of performance will be at Hanscom Air Force Base, Massachusetts. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $15,909,600 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0005). Caesar Rodney School District, Camden-Wyoming, Delaware, is being awarded a $54,322,239 firm-fixed-price contract for comprehensive educational program services for K-grade 12 and special education services. The place of performance will be at Dover Air Force Base, Delaware. The period of performance is one 12-month base period and four 12-month option years. Fiscal 2020 operations and maintenance funding in the amount of $9,844,731 will be obligated on this award. This contract was awarded as full and open competition in accordance with Federal Acquisition Regulation Part 15 (contracting by negotiation). The Department of Defense Education Activity, Alexandria, Virginia, is the contracting activity (HE1254-20-C-0003). ARMY VisionCorps, Lancaster, Pennsylvania, was awarded a $24,381,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension systems. 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 18, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0009). The University of Maine System, Orono, Maine, was awarded a $19,915,332 cost-no-fee contract for expeditionary maneuver support materials and structures. Bids were solicited via the internet with one received. Work will be performed in Orono, Maine, with an estimated completion date of June 22, 2025. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $3,215,332 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0053). Inovio Pharmaceuticals Inc.,* Plymouth Meeting, Pennsylvania, was awarded a $16,570,397 firm-fixed-price contract for 900 CELLECTRA 2000 DNA vaccine injection devices. Bids were solicited via the internet with one received. Work will be performed in Plymouth Meeting, Pennsylvania, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 defense emergency response funds in the amount of $16,570,397 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0084). (Awarded June 19, 2020) Airborne Systems North America of California Inc., Santa Ana, California, was awarded a $13,231,241 firm-fixed-price contract for spare components for the RA-1 Parachute System. 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 22, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0076). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $10,564,760 modification (P00097) to contract W56HZV-15-C-0095 for field service representatives to provide maintenance to Joint Light Tactical Vehicles during an exercise being conducted by the United Kingdom Ministry of Defense. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2023. Fiscal 2020 Foreign Military Sales (United Kingdom) funds in the amount of $10,564,760 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Winston-Salem Industries For The Blind Inc., Winston-Salem, North Carolina, was awarded an $8,127,000 firm-fixed-price contract to procure Integrated Head Protection System Suspension Systems. 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 21, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-D-0010). CORRECTION: A $7,985,880 contract modification announced on June 18, 2020, to DRS Sustainment Systems Inc., St. Louis, Missouri (W56HZV-16-C-0028), for seven Joint Assault Bridge Systems, incorrectly included an estimated completion date of May 11, 2024. The estimated completion date is actually Dec. 30, 2021. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2228273/source/GovDelivery/

Toutes les nouvelles