15 septembre 2020 | International, Aérospatial

Full COVID-19 Recovery For F-35 Deliveries Pushed To 2022

Steve Trimble

Lockheed Martin F-35 deliveries postponed by the impact of the COVID-19 pandemic on the supply chain will not fully recover by the end of 2021, a company executive told Aerospace DAILY.

In June, Lockheed announced that 18-24 F-35s in production Lot 12, which are scheduled for delivery in 2020, will be delayed, reducing the overall delivery target to 117 to 123 jets this year.

Although Lockheed's final assembly plant in Fort Worth is now at full operations, the impact on the supply chain will drag out the recovery for another year, said Michelle Evans, executive vice president of Lockheed's Aeronautics business.

“We're still looking somewhere between 15-20 aircraft that we will be behind by the end of the year,” Evans said in an interview. “It is going to take a while for the supply chain and, thus, Lockheed Martin to recover. So it will take us longer than next year. We'll probably be staring at two years to recover those jets.”

Lockheed's supply chain is in recovery while the company continues negotiating separate deals with the F-35 Joint Program Office (JPO) for the next three years of airframe production and converting the annual sustainment contracts into a multiyear performance-based logistics (PBL) agreement.

In October 2019, the JPO and Lockheed agree to an economic order quantity of 478 aircraft for lots 12-14, which are delivered from 2020 to 2022. The agreement includes a firm order from the U.S. government for Lot 12 aircraft, with priced options for Lots 13 and 14 resulting in an overall total of 291 F-35s. The international customers added orders for 187 aircraft under a related, three-year production order.

A similar approach will be followed for the U.S. and international orders in Lots 15-17, which will include the first jets to receive upgraded Technical Refresh-3 hardware, Evans said.

Separately, the JPO and Lockheed are continuing to negotiate a long-term PBL to sustain the F-35s, with an overall goal to reduce the cost per flight hour of the F-35A to $25,000 by 2025. Lockheed sees an opportunity to reduce sustainment costs by $18 billion or more over the term of the PBL, Evans said. Lockheed expects to make an initial investment of $1.5 billion in cost-saving projects once the deal is signed.

https://aviationweek.com/shows-events/afa-air-space-cyber-conference/full-covid-19-recovery-f-35-deliveries-pushed-2022

Sur le même sujet

  • US Navy should turn to unmanned systems to track and destroy submarines

    14 avril 2020 | International, Naval

    US Navy should turn to unmanned systems to track and destroy submarines

    By: Bryan Clark Anti-submarine warfare, or ASW, is one of a navy's most difficult missions. Sonars detect submarines with only a fraction of the range and precision possible using radars or visual sensors against ships above the water. Submarines can carry missiles able to hit targets hundreds of miles away, requiring searches to cover potentially vast areas. And the torpedoes that aircraft and surface ships use to sink submarines need to be dropped right on the submarine to have any chance of sinking it. These challenges led the Cold War-era U.S. Navy to rely on a sequential approach for tracking enemy submarines. Electronic or visual intelligence sources would report when an opposing sub was leaving port, and it would hopefully get picked up by sound surveillance, or SOSUS — sonar arrays on the sea floor — as it entered chokepoints, like that between Iceland and the United Kingdom. Patrol aircraft would then attempt to track the submarine using sonar-equipped buoys, or sonobuoys, and eventually turn it over to a U.S. nuclear attack submarine, or SSN, for long-term trail. The U.S. ASW model broke down, however, in the decades following the Cold War as U.S. submarine and patrol aircraft fleets shrank, the Chinese submarine fleet grew, and Russian submarines became quieter. Today, the U.S. Navy devotes enormous effort to tracking each modern Russian submarine in the western Atlantic. During the 2000s, the strategy of full-spectrum ASW started an essential shift in goals, from being able to sink submarines when needed to being able to defeat submarines by preventing them from accomplishing their mission. Full-spectrum ASW and other current concepts, however, still rely on aircraft, ships and submarines for sensing, tracking and attacking enemy submarines to bottle them up near their own coasts or sink them in the open ocean. Although SOSUS has improved since the Cold War and is joined by a family of new deployable seabed arrays, the next link in the U.S. ASW chain is still a P-8A Poseidon patrol aircraft, an Arleigh Burke-class guided-missile destroyer, or a U.S. SSN. These platforms are in short supply around the world, cost hundreds of millions to billions of dollars to buy and cost hundreds of thousands of dollars a day to operate. With defense budgets flattening and likely to decrease in a post-COVID-19 environment, the U.S. Navy cannot afford to continue playing “little kid soccer” in ASW, with multiple aircraft or ships converging to track and destroy submarines before they can get within missile range of targets like aircraft carriers or bases ashore. The Navy should instead increase the use of unmanned systems in ASW across the board, which cost a fraction to buy and operate compared to their manned counterparts. Unmanned aircraft could deploy sonobuoys or stationary sonar arrays, and unmanned undersea or surface vehicles could tow passive sonar arrays. Unmanned surface vehicles could also deploy low-frequency active sonars like those carried by U.S. undersea surveillance ships that can detect or drive off submarines from dozens of miles away. Although autonomous platforms will not have the onboard operators of a destroyer or patrol aircraft, improved processing is enabling small autonomous sensors to rapidly identify contacts of interest. Line-of-sight or satellite communications can connect unmanned vehicles and sensors with operators ashore or on manned ASW platforms. A significant shortfall of today's ASW concepts is “closing the kill chain” by attacking enemy submarines. Air- or surface-launched weapons have short ranges and small warheads that reduce their ability to sink a submarine, but their cost and size prevents them from being purchased and fielded in large numbers. Unmanned systems could address this shortfall in concert with a new approach to ASW that suppresses enemy submarines rather than destroying them. During World War II and the Cold War, allied navies largely kept submarines at bay through aggressive tracking and harassing attacks, or by forcing opposing SSNs to protect ballistic missile submarines. The modern version of submarine suppression would include overt sensing operations combined with frequent torpedo or depth-bomb attacks. Although unmanned vehicles frequently launch lethal weapons today under human supervision, the small weapons that would be most useful for submarine suppression could be carried in operationally relevant numbers by medium-altitude, long-endurance UAVs or medium unmanned surface vessels. Moreover, the large number and long endurance of unmanned vehicles would enable the tracking and suppressing of many submarines over a wide area at lower risk than using patrol aircraft or destroyers. Today the U.S. Navy uses unmanned systems in ASW primarily to detect submarines. To affordably conduct peacetime surveillance and effectively defeat submarines in wartime, the Navy should increase the role of unmanned systems. Using manned platforms to conduct command and control, and unmanned vehicles to track, deter and engage submarines, could significantly reduce the costs of ASW operations and enable the Navy to scale its ASW efforts to match the growing threat posed by submarine fleets. Bryan Clark is a senior fellow at the Hudson Institute. He is an expert in naval operations, electronic warfare, autonomous systems, military competitions and war gaming. https://www.defensenews.com/opinion/commentary/2020/04/13/us-navy-should-turn-to-unmanned-systems-to-track-and-destroy-submarines/

  • Contract Awards by US Department of Defense - July 23, 2019

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

    Contract Awards by US Department of Defense - July 23, 2019

    DEFENSE LOGISTICS AGENCY Innovation Associates Inc., Johnson City, New York, has been awarded a maximum $450,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for automated pharmaceutical equipment, accessories, maintenance and training under the Patient Monitoring and Capital Equipment Program. 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 July 22, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marines, 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‐0017). Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $9,804,501 firm-fixed-price delivery order (SPRPA1-19-F-C15B) against basic ordering agreement SPRPA1-17-G-C101, for H-53 hydraulic fluid tanks. 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 one-year contract with no option periods. Location of performance is Connecticut, with a Sept. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. ARMY ASNA, Santa Ana, California (W911QY-19-D-0045); and Mills Manufacturing Corp.,* Ashville, North Carolina (W911QY-19-D-0046), will compete for each order of the $249,000,000 firm-fixed-price contract for the purchase T-11 Personnel Parachute System. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 22, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. North Carolina Division of Services for the Blind, Raleigh, North Carolina, was awarded a $42,289,265 firm-fixed-price contract for full food services to be provided at Fort Bragg, North Carolina. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0014). NAVY GCR-MDI LLC,* Pinehurst, North Carolina, is awarded an $8,014,356 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Submarine Base, Kings Bay, and outlying areas. The work to be performed provides for base operations support services to include custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and other related services. The maximum dollar value including the base period and four option years is $40,320,917. Work will be performed in Kings Bay, Georgia (99%); and outlying areas (1%), and is expected to be completed by September 2020. If all options are exercised, work will continue through September 2024. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy); fiscal 2020 Defense Health Program; and fiscal 2020 family housing operations and maintenance (Navy) contract funds in the amount of $7,527,488 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1725). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1914030//

  • Contract Awards by US Department of Defense - September 27, 2018

    28 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 27, 2018

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded an indefinite-delivery/indefinite-quantity contract with an estimated ceiling of $9,202,568,686 for the Advanced Pilot Training aircraft and ground-based training systems. The contract provides for the anticipated delivery of 351 aircraft, 46 associated training devices, and other ancillary supplies and service (e.g., initial spares, support equipment, sustainment, and training). The contract includes the initial delivery order for engineering and manufacturing development of Advanced Pilot Training aircraft and ground-based training systems for $813,385,533. The maximum quantity of aircraft and training devices the Air Force can purchase under this indefinite-delivery/indefinite-quantity contract is 475 aircraft and 120 ground based training systems. Work will be performed in St. Louis, Missouri, and is expected to be complete by 2034. This award is the result of a competitive acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $33,600,000 are being obligated on the first delivery order at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8617-18-D-6219). United Launch Services, Centennial, Colorado, has been awarded an $867,081,864 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price modification (P00199) to contract FA8811-13-C-0003 for Evolved Expendable Launch Vehicle launch capability for the Delta IV and Atlas V families of launch vehicles. The contract modification is for mission integration, base and range support, maintenance commodities, Delta depreciation, and Atlas depreciation and provides for mission assurance, program management, systems engineering, and integration of the space vehicle with the launch vehicle, launch site and range operations, and launch infrastructure maintenance and sustainment. Work will be performed in Centennial, Colorado; Vandenberg Air Force Base, California; and Cape Canaveral Air Station, Florida, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 space procurement funds are being obligated at the time of award. Total cumulative face value of the contract is $9,769,473,249. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. United Technologies Corp. Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a not-to-exceed $250,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. This contract provides for the ATTAM Phase I program to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in East Hartford, Connecticut, and is expected to be complete by September 2026. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-2062). Bristol Prime Contractors, Anchorage, Alaska (FA3020-18-D-0006); C3/SMR JV LLC, Temple, Texas (FA3020-18-D-0007); Gonzalez De La Garza, San Antonio, Texas (FA3020-18-D-0008); RCO-Ross Group JV, San Antonio, Texas (FA3020-18-D-0009); Waldrop Construction, Oklahoma City, Oklahoma (FA3020-18-D-0010); and Weil Construction, Albuquerque, New Mexico (FA3020-18-D-0011), have been awarded a combined cumulative face value $150,000,000 multiyear indefinite-delivery/indefinite-quantity contract. These contracts provide a contracting vehicle for Sheppard Air Force Base, Texas; and Altus AFB, Oklahoma, to expedite construction contract awards. Work will be performed at Sheppard AFB, Texas; Altus AFB, Oklahoma; Frederick Airfield, Oklahoma; and Lake Texoma Annex, Texas. The last date to order on this contract vehicle is Sept. 30, 2023. Fiscal 2018 operations and maintenance funds in the amount of $9,000 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded an $85,533,183 fixed-price-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, undefinitized contract for F-15 Advanced Display Core Processor II (ADCPII). This contract provides for the production and integration of the ADCPII boxes into the F-15 platform. Work will be performed in St. Louis, Missouri, and is expected to be completed by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2017 and 2018 procurement funds; fiscal 2018 working capital funds; and fiscal 2018 research, development, test and evaluation funds in the amount of $64,149,888 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Amec Foster Wheeler-Zapata JV, Alpharetta, Georgia (FA6643‐18‐D‐0006); Benham Mead & Hunt JV, Oklahoma City, Oklahoma (FA6643‐18‐D‐ 0007); Farnsworth & Blair Remy JV, Bloomington, Illinois (FA6643‐18‐D‐0008); HDR Engineering Inc., Omaha, Nebraska (FA6643‐18‐D‐0009); and Leo A. Daly - BTA JV, Omaha, Nebraska (FA6643‐18‐D‐ 0010), have been awarded a combined $50,000,000 indefinite‐delivery/indefinite‐quantity contract. Contractors will provide facilitates architectural and engineering service efforts to Headquarters Air Force Reserve Command (AFRC). Work will be performed throughout the AFRC command at HQ-AFRC, the various AFRC host bases, active duty bases, and tenant locations, and is expected to be completed by Sept. 26, 2023. This award is the result of a competitive, best-qualified, architect-engineer acquisition, with 22 offers received. No funds are being obligated at the time of award. Funds will be obligated on individual task orders. HQ-AFRC, Robins Air Force Base, Georgia, is the contracting activity. Calculex Inc., Las Cruces, New Mexico, has been awarded a $46,623,715 basic indefinite-delivery/indefinite-quantity contract for Air Data Recorders (ADR) and support services. The contract provides for spare equipment, support services, and improvement of ADR capabilities for use by the operational and test communities in support of the Air Force Test mission. Work will be performed in Las Cruces, New Mexico, and multiple continental U.S. military installations, and is expected to be completed by Sept. 27, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $282,795 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-18-F-2325). Alpha-Omega Change Engineering Inc., Williamsburg, Virginia, has been awarded a $44,738,911 modification (P00052) to previously awarded contract FA8621-16-C-6331 for academic and simulator formal training and continuation training for multiple mission design series. This modification provides for aircrew instruction including initial and mission qualification, refresher, upgrade, and currency; student series; contractor logistics support, concurrency management, training systems support center, courseware, and cybersecurity. This modification brings the total cumulative face value of the contract to $142,925,074. Work will be performed at Kirtland Air Force Base, New Mexico; Davis-Monthan Air Force Base, Arizona; Joint Base Andrews, Maryland; and Moody Air Force Base, Georgia, and is expected to be complete by Sept. 30, 2019. No funds are being obligated at time of award. Total Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. CAE USA Inc., Tampa, Florida, has been awarded a $32,554,415 modification (P00137) to previously awarded contract FA8223-10-C-0013. This modification exercises the fiscal 2019 option to extend the KC-135 Aircraft Training System contract, and brings the total cumulative face value of the contract to $455,435,428. Work will be performed at MacDill Air Force Base, Florida; Pittsburgh, Pennsylvania; Rickenbacker Air National Guard Base, Ohio; Grissom Air Reserve Base, Indiana; Scott Air Force Base, Illinois; Milwaukee, Wisconsin; Fairchild Air Force Base, Washington; Altus Air Force Base, Oklahoma; March Air Reserve Base, California; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; Ramstein Air Base, Germany; and Royal Air Force Mildenhall, England. Work is expected to be completed by Sept. 30, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $29,830,000 firm-fixed-price, indefinite-delivery/indefinite-quantity commercial contract for Selective Availability Anti-Spoofing Module Embedded Global Positioning System/Inertial Navigation System for Pre-Block F-16 aircraft. This contract provides for the procurement of Integrated GPS Anti-Jam Receiver 200 and GPS Embedded Module VII-2 spares with integration and engineering support and support integration with the F-16 Pre-Block 30/32 system upgrades. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Sept. 29, 2023. This award is the result of a sole-source acquisition. Fiscal 2016 and 2017 procurement funds in the amount of $17,487,296 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0017). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $28,914,642 firm-fixed-price requirements contract for the Defense Advanced Global Positioning System Receiver (DAGR). This contract provides for the production and repair of the DAGR, which provides authorized Department of Defense, federal civilian, and Foreign Military Sales users of GPS User Equipment a lightweight, hand-held, dual frequency, Selective Availability Anti-Spoofing Module-based and Precise Positioning Service receiver. Work will be performed in Cedar Rapids and Coralville, Iowa, and is expected to be complete by Sept. 26, 2023. This award is the result of a sole-source acquisition, and no funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-18-D-0018). Aerojet Rocketdyne, Canoga Park, California, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. This contract provides for the ATTAM Phase I program to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Canoga Park, California, and is expected to be completed by September 2026. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-2062). GE Aviation Systems, doing business as Dowty Propellers Inc., Sterling, Virginia, has been awarded a $19,565,172 firm-fixed-price contract for the C-130J R391 Propeller Depot Activation requirement. The contractor shall establish an organic depot repair/overhaul capability for the C-130J R391 Propeller which will include training for organic repair/overhaul capability for the line replaceable unit and shop replaceable unit. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Sept. 20, 2021. This award is the result of a sole-source commercial acquisition. Fiscal 2018 procurement funds in the amount of $19,565,172 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-18-C-0008). Raytheon Co., Woburn, Massachusetts, has been awarded a not-to-exceed $16,909,342 undefinitized contract for receiver exciter line replaceable units in support of the Ballistic Missile Early Warning System/Precision Acquisition Vehicle Entry Phased Array Weapon System. The contractor will produce and install six types of Generation 3 LRUs in various quantities. Work will be performed in Woburn, Massachusetts, and is expected to be completed by March 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $4,006,862 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-18-C-0003). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $13,500,000 firm-fixed-price contract, for engineering services. These engineering services provide all of Northrop designed platforms managed by the 424th Supply Chain Management Squadron at Tinker Air Force Base, Oklahoma. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed Sept. 26, 2023. Fiscal 2018 consolidated sustainment funds in the amount of $2,700,000 will be obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA811918D0011). Northrop Grumman Corp., Rolling Meadows, Illinois, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for LITENING Targeting Pod - Operational Flight Program software updates and/or incidental firmware and hardware. This contract provides for support integration with the F-16 Pre-Block 30/32 system capability upgrades. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by Sept. 29, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $3,100,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0013). Universal Technology Corp., Dayton, Ohio, has been awarded a $9,650,000 shared-ceiling, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research in the area of developing a spatial registration for the Material State Awareness system. This contract is to provide the most appropriate spatial/positional registration technologies for aircraft nondestructive inspection applications, and develop integrated technology capabilities at breadboard and prototype levels with necessary validation/verification and demonstration at each stage of advancement. Work will be performed in Dayton, Ohio, and is expected to be completed Dec. 27, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-5202). Texas Research Institute, Austin Inc., Austin, Texas, has been awarded a $9,650,000 shared-ceiling, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research in the area of developing a spatial registration for the Material State Awareness system. This contract is to provide real-time inspector assistance using the registration and data provided from the inspection. Work will be performed in Austin, Texas, and is expected to be completed Dec. 27, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal year 2018 research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-5290). Merex Aircraft Co., Camarillo, California, has been awarded an estimated ceiling $9,610,406 indefinite-quantity contract action for A-10 speed brake assembles and aileron trim tabs. This contract provides for spares parts. Work will be performed in Camarillo, California, and is expected to be complete by Sept. 29, 2022. This award is the result of a competitive acquisition and three offers were received. Working capital funds in the amount of $4,643,916 are being obligated at the time of award. Air Force Supply Chain, Hill Air Force Base, Utah, is the contracting activity (FA8212-18-D-0009). Hamilton Sundstrand Corp., Rockford, Illinois, has been awarded a $9,182,513 definitive contract for overhaul of 22 B-2/B-52 Common Strategic Rotary Launchers. Work will be performed in Rockford, Illinois, and is expected to be completed Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 Working Capital Funds in the amount of $9,182,513 will be obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-18-C-0007). GasTOPS, Inc., Huntsville, Alabama, has been awarded a $7,661,190 requirements contract for the Portable Debris Analyzer ChipCheck Machine. This contract provides for the procurement of 75 machines, which allow for in-the-field ability to analyze debris found in aircraft engine oil, specifically, the F-110 engine. Work will be performed in Huntsville, Alabama, and is expected to be complete by Sept. 26, 2023. This contract was the result of a sole-source Small Business Innovation Research Phase III acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-18-D-0012). Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $7,458,047 modification to contract FA8540-12-C-0004 for continuing engineering services. This contract modification provides for a sustainment depot for the Mission Data File Generator, Intermediate Level Support Equipment, Millicomputer Replacement, Operational Flight Program (OFP) and Digital Receiver Exciter OFP, as well as interfacing firmware and software support tools. The interfacing of firmware and software tools ensure corrections to deficiencies are identified during government testing and initial fielding. Work will be performed in Warner Robins, Georgia, and is expected to be completed by Dec. 12, 2019. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $5,104,668,778 fixed-price-incentive, firm target multiyear contract for construction of six DDG 51 class ships, two in fiscal 2018 and one each in fiscal 2019 through 2022. This contract includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the awarded firm multiyear ships, which, if exercised, would bring the cumulative value of this contract to $5,253,076,779. This contract includes options for construction of additional DDG 51 class ships. These options may be subject to future competitive actions in accordance with the terms and conditions of the contract, and therefore the dollar values are considered source selection sensitive information and will not be made public at this time (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104). Work will be performed in Pascagoula, Mississippi (91 percent); Erie, Pennsylvania (1 percent); and other locations below 1 percent (collectively totaling 8 percent), and is expected to be completed by April 2029. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $1,712,643,749 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Inc. and Bath Iron Works pursuant to 10 U.S. Code 2304 (c) (3) and FAR 6.302-3 (Industrial Mobilization), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2307). Bath Iron Works, Bath, Maine, is awarded a $3,904,735,559 fixed-price-incentive, firm target multiyear contract for construction of four DDG 51 class ships, one each in fiscal 2019 through 2022. This contract includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the awarded firm multiyear ships, which, if exercised, would bring the cumulative value of this contract to $4,030,194,579. This contract also includes options for construction of additional DDG 51 class ships. These options may be subject to future competitive actions in accordance with the terms and conditions of the contract, and therefore the dollar values are considered source selection sensitive information and will not be made public at this time (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104). Work will be performed in Bath, Maine (61 percent); Cincinnati, Ohio (5 percent); Atlanta, Georgia (4 percent); York, Pennsylvania (2 percent); Coatesville, Pennsylvania (2 percent); Falls Church, Virginia (2 percent); South Portland, Maine (1 percent); Walpole, Massachusetts (1 percent); Erie, Pennsylvania (1 percent); Charlottesville, Virginia (1 percent); and other locations below 1 percent (collectively totaling 20 percent), and is expected to be completed by June 2028. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $25,017,500 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Inc. and Bath Iron Works pursuant to 10 U.S. Code 2304 (c) (3) and FAR 6.302-3 (Industrial Mobilization), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2305). Raytheon Co., Tucson, Arizona, is being awarded a $482,276,572 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. This contract includes a no-cost option which, if exercised, would not change the cumulative value of the contract. This contract combines purchases for the Navy (41 percent); Army (5 percent); and the governments of Taiwan (38 percent); Saudi Arabia (9 percent); Japan (5 percent); New Zealand (1 percent); and Australia (less than 1 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Melbourne, Florida (13 percent); Louisville, Kentucky (7 percent); Williston, Vermont (6 percent); Andover, Massachusetts (6 percent); Pittsburgh, Pennsylvania (5 percent); Tempe, Arizona (5 percent); Ottobrunn, Germany (3 percent); Hauppauge, New York (3 percent); Murray, Utah (2 percent); Grand Rapids, Michigan (2 percent); Miami, Florida (2 percent); Phoenix, Arizona (2 percent); Ashburn, Virginia (2 percent); Dallas, Texas (2 percent); Huntsville, Alabama (1 percent); El Segundo, California (1 percent); Minneapolis, Minnesota (1 percent); Dayton, Ohio (1 percent); Camarillo, California (1 percent); Norcross, Georgia (1 percent); Valencia, California (1 percent); Palo Alto, California (1 percent); San Diego, California (1 percent); East Syracuse, New York (1 percent); and various locations with less than 1 percent each (30 percent). Work is expected to be completed by April 2024. Fiscal 2018 operations and maintenance (Navy); fiscal 2016, 2017 and 2018 weapons procurement (Navy); fiscal 2016, 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2017 other procurement (Army); fiscal 2018 other procurement (Navy); and all FMS funding in the amount of $415,677,070 will be obligated at time of award, and $66,599,502 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 as there is “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 (N00024-18-C-5406). Lockheed Martin Corp., Fort Worth, Texas, is awarded $315,773,716 for modification P00004 to a previously awarded fixed-price incentive firm contract (N0001918C1048) to procure support equipment for F-35 Lightning low-rate initial production Lot XI aircraft in support of the Air Force, Marine Corps, Navy, and non-Department of Defense (DoD) participants. Work will be performed in Orlando, Florida (31 percent); Redondo Beach, California (25 percent); Fort Worth, Texas (13 percent); Hartford, Connecticut (12 percent); Melbourne, Australia (8 percent); Rome, Italy (4 percent); Franklin, Ohio (4 percent); and Chatsworth, California (3 percent), and is expected to be completed in September 2023. Fiscal 2016 and 2017 aircraft procurement (Air Force); fiscal 2017 and 2018 aircraft procurement (Navy); fiscal 2018 aircraft procurement (Marine Corps); and non-DoD Participant funds in the amount of $315,773,716 are being obligated at time of award, $29,911,537 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($108,665,198; 34.41 percent); Navy ($31,062,358; 9.84 percent); Marine Corps ($5,186,434; 1.64 percent); and non-DoD participants ($170,859,726; 54.11 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $210,500,224 modification (P00006) to a previously awarded firm-fixed-price contract (N00019-16-C-0026). This modification procures fiscal 2018 Large Aircraft Infrared Countermeasures (LAIRCM) production requirements for the Navy, Air Force, Army, U.S. Special Operations Command (SOCOM), and the government of the United Kingdom. Hardware for this procurement includes weapon replaceable assemblies and support equipment: 466 Advanced Threat Warning Sensors, 15 LAIRCM Signal Processor Replacements (LSPRs), 30 Control Indicator Units, 62 Control Indicator Unit Replaceable, 114 -2103 Signal Processors, 161 Infrared Missile Warning Sensors, 245 Guardian Laser Transmitter Assemblies (GLTAs), 20 Multi-Role Electro-Optical End-to-End Test Sets, 125 GLTA Shipping Containers, 56 High Capacity Cards, 16 LSPR Smart Connector Assemblies, 381 Personal Computer Memory Card, International Association Cards, and 11 LSPR Battery Kits. Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Colombia, Maryland (3 percent); various locations within the continental U.S. (19 percent); and various locations outside the continental U.S. (3 percent), and is expected to be completed in October 2020. Fiscal 2016 aircraft procurement (Air Force); fiscal 2017 aircraft procurement (Navy and Air Force); fiscal 2018 aircraft procurement (Navy, Army, Air Force); fiscal 2018 working capital (Navy); and Foreign Military Sales (FMS) funds in the amount of $210,500,224 are obligated at time of award; $4,647,172 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($161,240,756; 77 percent); Army ($27,756,313; 13 percent); Air Force ($19,784,658; 9 percent); and the government of United Kingdom ($1,718,497; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. United Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded $209,601,517 for modification P00002 to a previously awarded advance acquisition contract (N00019-18-C-1021) for additional long-lead materials, parts, and components in support of F-35 Lightning II low-rate initial production Lot 13 propulsion systems. This modification is in support of Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in September 2021. Fiscal 2018 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD participant, and FMS funds in the amount of $209,601,517 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($73,537,179; 35 percent); Marine Corps ($35,477,475; 17 percent); Navy ($21,888,984; 10 percent); non-DoD participants ($41,929,486; 20 percent); and FMS customers ($36,768,394; 18 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., El Segundo, California, is awarded $183,486,207 for not-to-exceed undefinitized modification P00039 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0002) for the Next Generation Jammer Mid-Band (NGJ-MB) engineering and manufacturing development. This modification continues Phase 1 efforts and provides for the performance of Phase 2 structural analysis and structural design efforts related to NGJ-MB static and fatigue requirements. Phase 2 will require the final redesign efforts and the manufacturing implementation of that redesign (developed during Phases 1 and 2) into the NGJ-MB engineering development model pods to be used in system developmental testing. Additionally, Phase 2 will provide for non-recurring analysis and design activities associated with weight reduction and service life improvements to be incorporated into the NGJ-MB system demonstration test articles. Work will be performed in Forest, Mississippi (40.3 percent); El Segundo, California (32.4 percent); and Dallas, Texas (27.3 percent), and is expected to be completed in December 2021. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $23,441,571 are being 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $116,311,183 for firm-fixed-price delivery order N0001918F2048 against a previously issued basic ordering agreement (N00019-14-G-0020) for the procurement of 440 low-rate initial production 11 Generation 3 Helmet Mounted Display Systems, oxygen masks, and initial spares in support of the F-35 Lightning II aircraft for the Air Force (180); Navy (60); Marine Corps (69); non-Department of Defense (DoD) participants (119); and Foreign Military Sales (FMS) customers (12). Work will be performed in Fort Worth, Texas, and is expected to be completed in October 2020. Fiscal 2016 aircraft procurement (Air Force, Navy, and Marine Corps); fiscal 2017 aircraft procurement (Air Force and Navy); fiscal 2018 aircraft procurement (Navy and Marine Corps); non-DoD participant, and FMS funds in the amount of $116,311,183 are being obligated at time of award, $70,826,314 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($47,120,086; 40.5 percent); Navy ($15,711,725; 13.5 percent); Marine Corps ($18,944,511; 16.3 percent); non-DoD participant ($31,599,088; 27.2 percent); and FMS customers ($2,935,773; 2.5 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Textron Inc., New Orleans, Louisiana, is awarded a $98,045,961 cost-reimbursable, not-to-exceed, undefinitized modification to previously-awarded letter contract N00024-17-C-2480 for the procurement of additional long-lead-time material (LLTM) for the Ship-to-Shore Connector (SSC) program, Landing Craft, Air Cushion (LCAC) 100-class craft 109 through 112, and for the procurement of LLTM and pre-fabrication activities for LCACs 113 through 118. The SSC program is the functional replacement for the existing fleet of vehicles, which are nearing the end of their service life. It is an air cushion vehicle designed for a 30-year service life. The SSC mission is to land surface assault elements in support of operational maneuver from the sea at over-the-horizon distances while operating from amphibious ships and mobile landing platforms. SSC provides increased performance to handle current and future missions, as well as improvements which will increase craft availability and reduce total ownership cost. Work will be performed in New Orleans, Louisiana (45 percent); Cincinnati, Ohio (12 percent); Harahan, Louisiana (10 percent); Huntington Beach, California (6 percent); Eatontown, New Jersey (6 percent); Chesapeake, Virginia (5 percent); Corona, California (4 percent); Metairie, Louisiana (4 percent); Gold Beach, Oregon (3 percent); East Hartford, Connecticut (3 percent); and Riverdale, Iowa (2 percent). Work is expected to be completed by December 2021. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $13,189,830; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $60,344,640 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. Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia 23323 (N40085-18-D-1159); and WF Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build, design-bid-build construction contract for waterfront construction projects within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, repair, replacement, demolition, alteration, and/or improvements of waterfront projects and may be of either design-bid build or design-build construction strategy. Types of waterfront projects that include one or more of the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront related utilities (e.g., steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; and fire protection systems) and required staging and performing construction in or over open tidal waters from barges and/or other floating or affixed work platforms. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Crofton Construction Services Inc. is being awarded the initial task order at $7,327,275 for the Berth 18/19 Submarine Berth Repair at Norfolk Naval Shipyard, Portsmouth, Virginia. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in the NAVFAC Mid-Atlantic Hampton Roads AOR, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of August 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,347,295 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. SRC Inc., North Syracuse, New York, is awarded a maximum ceiling $93,000,000 five-year, hybrid, indefinite-delivery/indefinite-quantity delivery order contract with firm-fixed-price, cost-plus-fixed-fee, and cost contract line items for the AN/TPQ-49A Lightweight Counter Mortar Radar System. The scope of work being performed is for system refresh kit installation, new system production, live fire testing, program management, initial/sustainment spares provisioning, new equipment training, technical manual production, and field service representative support. Work will be performed in North Syracuse, New York (88 percent); various countries to support Foreign Military Sales (ten percent); and Tobyhanna Army Depot, Pennsylvania (two percent), and is expected to be complete by Sept. 27, 2023. Fiscal 2018 procurement (Marine Corps) funds in the amount of $367,432 will be obligated on the first delivery order immediately following contract award and funds will not expire at the end of the current fiscal year. This contract was a sole-source award in accordance with Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements; 6.302-4, international agreement; and 6.302-6, National security. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1354). Crowley Government Services Inc., Jacksonville, Florida, is awarded a $48,746,282 modification to previously awarded contract N6238715C3135 to exercise option three for the operation and maintenance of six government-owned Marine Prepositioning Force (MPF) ships. The ships will continue to support Military Sealift Command worldwide prepositioning requirements. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2019. Working capital fund (Transportation) in the amount of $48,746,282 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on a full and open basis with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites, with seven offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Huntington Ingalls Inc. - Ingalls Shipbuilding, Pascagoula, Mississippi, was awarded a $48,532,386 cost-plus-fixed-fee contract modification for the execution of USS Fitzgerald (DDG 62) emergent repair and restoration. This effort provides for the additional collision repairs as well as maintenance and modernization of USS Fitzgerald. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $48,499,489; and fiscal 2017 other procurement (Navy) in the amount of $32,898 were obligated at time of award, and contract funds in the amount of $48,499,489 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-4444). (Awarded Sept. 25, 2018) Aretè Associates Inc.,* Northridge, California, is awarded a $40,378,366, firm-fixed-priced, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide coastal battlefield reconnaissance and analysis (COBRA) systems, COBRA program systems support, and provisioned item orders/spares for the AN/DVS-1 COBRA Block 1 System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $93,000,000. Work will be performed in Tucson, Arizona (35 percent); Destin, Florida (35 percent); and Santa Rosa, California (30 percent), and is expected to be completed by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $16,618,453 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 in accordance with 10 U.S. Code 2304(c)(5), as implemented by Federal Acquisition Regulation 6.302-5(c)(2): Authorized or Required by Statutes, this is a Phase III Small Business Innovation Research (SBIR) contract award that is derived from, extends, or logically concludes efforts performed under prior SBIR contract N61331-11-C-0007. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-18-D-0012). United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded $39,266,691 for modification P00008 to a previously awarded fixed-price-incentive-firm target, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0020). This modification provides for additional long lead-time components, parts, and materials in support of Lot 13 F-35 Lightning II propulsion systems in support of the Marine Corps, Air Force, Navy; non-Department of Defense (DoD); and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in September 2021. Fiscal 2018 aircraft procurement (Marine Corps, Air Force, and Navy); non-DoD participant; and FMS funds in the amount of $30,439,813 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($29,054,685; 73.99 percent); Air Force ($582,821; 1.49 percent); Navy ($109,186; 0.28 percent); non-U.S. DoD participants ($9,228,392; 23.50 percent); and FMS customers ($291,607; 0.74 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded $36,024,134 for cost-plus-incentive-fee order N0001918F0546 against a previously issued basic ordering agreement (N00019-14-G-0019). This order provides for the development and deployment of the MH-60 product line software configuration 20 fleet release for all MH-60 air platform variants in support of the Navy, the government of Australia, and the government of Denmark. Additionally, this order includes tasking and activities associated with the development and integration of an enhanced fuel and power management capability and the integration of the form, fit, and function replacement of the multifunctional information distribution system, low volume terminal, Block 2 upgrade and associated software. Work will be performed in Owego, New York, and is expected to be completed in June 2021. Fiscal 2018 aircraft procurement (Navy); fiscal 2018 research, development, test and evaluation (Navy); and Foreign Military Sales (FMS) funds in the amount of $28,060,715 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order combines purchases for the Navy ($12,047,419; 33 percent); and FMS ($23,976,715; 67 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Harper Construction Co. Inc., San Diego, California, is awarded $34,355,931 for firm-fixed-price task order N6247318F5293 under a previously awarded multiple award construction contract (N62473-17-D-0817) for construction of Ammunition Supply Point Upgrade Phase 2 at Marine Corps Base, Camp Pendleton. The work to be performed provides for the demolition of eight existing high explosive magazines, drainage structures and existing access road. It includes the construction of nine new low rise, earth-covered, high explosive magazines with reinforced concrete walls and Portland cement concrete apron for loading and unloading purposes, reinforced concrete and earth covered roof, and reinforced concrete foundation and floor slab. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $40,375,601. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2018 military construction (Navy) contract funds in the amount of $34,355,931 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Jacobs Government Services Co., St. Louis, Missouri, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). The work to be performed provides for comprehensive architect-engineering services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design. Initial task order is being awarded at $217,648 for utility trestle and tunnel study at Naval Station Great Lakes, Great Lakes, Illinois. Work for this task order is expected to be completed by January 2019. All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Illinois (40 percent); Indiana (40 percent); and other areas within the AOR (20 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $217,648 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy); operations and maintenance, (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-8728). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $29,254,101 for firm-fixed-price delivery order N0001918F2494 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the procurement of various diminishing manufacturing sources parts to protect deliveries for future F-35 Lightning II lots. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2016 aircraft procurement (Air Force, Navy, and Marine Corps); non-Department of Defense (DoD) participant; and Foreign Military Sales (FMS) funds in the amount of $29,254,101 will be obligated at time of award, $10,589,608 of which will expire at the end of the fiscal year. This order combines purchases for the Air Force ($6,353,410; 21.72 percent); Marine Corps ($3,128,028; 10.69 percent); Navy ($1,108,170; 3.79 percent); non-DoD participants ($12,181,209; 41.64 percent); and FMS customers ($6,483,284; 22.16 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Skookum Educational Programs, Bremerton, Washington, is awarded a $29,214,362 indefinite-delivery/indefinite-quantity modification under previously awarded contract N44255-17-D-4039 for the exercise of option one for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment, and environmental services for base operations support services. After award of this option, the total cumulative contract value will be $57,045,743. Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); North Dakota (1 percent); Oregon (1 percent); South Dakota (1 percent); and Wyoming (1 percent), and is expected to be completed September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $29,214,362 for recurring work will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisition Regulation Part 8.7, Acquisition from NonProfit Agencies Employing People Who Are Blind or Severely Handicapped. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. Airtec Inc.,* California, Maryland, is awarded a $26,948,745 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for intelligence, surveillance, and reconnaissance flight hours, operations, maintenance, and as needed, development, testing and evaluation of currently integrated aircraft systems and associated ground systems in support of the Falcon-I program. Work will be performed in Bogota, Colombia (85 percent); and California, Maryland (15 percent), and is expected to be completed in September 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0058). KOAM Engineering Systems Inc., San Diego, California, is awarded a potential value $23,543,089 indefinite-delivery/indefinite quantity, cost-plus-fixed-fee contract to provide program management and engineering support services for the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Network Integration Engineering Facility. Support includes designing, engineering, production, integration, and testing of Department of Defense (DoD) command, control, communications, computers and intelligence systems. This one-year contract includes four one-year option periods which, if exercised, would bring the potential value of this contract to an estimated $123,134,353. Work will be performed in San Diego, California. The work is expected to be completed Sept. 26, 2019. If the options are exercised, the period of performance would extend through Sept. 26, 2023. No funds will be obligated at the time of award. Future efforts will obligate funds using research, development, test and evaluation (DoD); ship construction (Navy); operations and maintenance (DoD); other procurement (Navy and DoD); and Navy working capital fund. This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with three proposals received. SSC Pacific, San Diego, California, is the contracting activity (N66001-18-D-0075). PAE Applied Technologies LLC, Lexington Park, Maryland, is awarded a $17,770,204 cost-plus-fixed-fee modification to previously awarded contract N00244-14-C-0007 to exercise options for operations and maintenance services in support of the Southern California Offshore Range. Work will be performed in San Diego, California (70 percent); and San Clemente Island, California (30 percent), and is expected to be completed by March, 2019. Fiscal 2018 working capital funds (Navy) funding in the amount of $1,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. Northrop Grumman Corp. Aerospace Systems, Melbourne, Florida, is awarded $13,517,256 for cost-plus-fixed-fee delivery order N00019-18-F-0517 against a previously issued basic ordering agreement (N00019-15-G-0026) for the non-recurring engineering necessary to incorporate the E-2D Link-16 Crypto Modernization and Frequency Remapping capability by integrating the Multifunctional Information Distribution System Joint Tactical Radio System Concurrent Multi Netting 4 terminal and a low volume Link-16 High Power Amplifier into the E‑2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (89 percent); Woodland Hills, California (6 percent); Patuxent River, Maryland (3 percent); and St. Augustine. Florida (2 percent), and is expected to be completed in December 2020. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,544,967 are being obligated on this 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. Hydroid Inc., Pocasset, Massachusetts, is awarded a $12,816,907 firm-fixed-price, cost-plus-fixed-fee, cost requirements contract for the production of the bathymetry mapping system sensor suite as well as required technical support, post mission analysis tools, software licensing and spares. This contract includes options which, if exercised, would bring the cumulative value to $33,631,584. Work will be performed in Horten, Norway (85 percent); and Pocasset, Massachusetts (15 percent), and is expected to be completed by September 2019. Fiscal 2017 and 2018 other procurement (Navy) funding in the amount of $8,001,973 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 in accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Panama City Division, Florida, is the contracting activity (N61331-18-D-0015). Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded $10,810,033 for cost-plus-fixed-fee modification P00019 to a previously issued delivery order 0096 placed against basic ordering agreement N00019-12-G-0006 to procure 12 additional MV-22 Integrated Aircraft Survivability Equipment (IASE) retrofit A-Kits Block C; 12 MV-22 IASE retrofit kit installations; IASE configuration B retrofit A and B-Kit installation; and five CV-22 IASE advanced mission computer A-Kits. Work will be performed at Ridley Park, Pennsylvania (81.9 percent); Fort Walton Beach, Florida (17.7 percent); and Fort Worth, Texas (.4 percent), and is expected to be completed in August 2020. Fiscal 2018 aircraft procurement (Navy and Air Force) funds in the amount of $10,810,033 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($9,577,130; 88 percent); and Air Force ($1,232,903; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Intelligence, Information, Services, Sterling, Virginia, is awarded $10,688,510 for modification P00018 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price contract (N00019-16-C-0027) to procure MQ-8 Fire Scout unmanned air system, tactical control system 2016 Linux cyber baseline implementation of build 9 software release. Work will be performed in Dulles, Virginia, and is expected to be completed in November 2019. Fiscal 2016 and 2017 aircraft procurement; and fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,905,071 will be obligated at time of award, $629,350 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 - Interstate Electronics Corp. (IEC), Anaheim, California, is awarded $10,159,587 for modification P00008 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00030-18-C-0001) for flight test instrumentation engineering services and support. The work will be performed in Anaheim, California (56 percent); Cape Canaveral, Florida (27 percent); Washington, District of Columbia (4 percent); Kings Bay, Georgia (3 percent); Norfolk, Virginia (3 percent); Bremerton, Washington (2 percent); Laurel, Maryland (2 percent); Silverdale, Washington (2 percent); and Barrow-in-Furness, United Kingdom (1 percent), with an expected completion date of Sept. 30, 2019. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $9,217,123; and United Kingdom funds in the amount of $942,464 will be obligated on this award. Funds in the amount of $9,217,123 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. iRobot Defense Holding's Inc., Chelmsford, Massachusetts, is awarded a $10,134,415 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-15-D-0001 to exercise an option for production units, spares, consumables, engineering enhancements, and configuration management services under the Man Transportable Robotic System MK1 Robotic Systems program. The work will be performed in Chelmsford, Massachusetts, and is expected to be completed by September 2019. No contract funds are being obligated at this time. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Opportunities and Resources Inc., Wahiawa, Hawaii, is awarded a $9,631,719 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62478-16-D-2452) to exercise option two for custodial services at various locations on Oahu. The work to be performed provides for custodial services to ensure facilities are clean and sightly. The work includes, but is not limited to, emptying waste containers, low area cleaning, high area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services, and building perimeter services for approximately 545 buildings. After award of this option the total cumulative contract value will be $29,868,389. Work will be performed in Oahu, Hawaii, and this option period is from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,092,945 for recurring work will be obligated on individual task orders during the option period. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity. Provengo LLC,* Merrick, New York, is awarded a maximum ceiling $9,085,675 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 8,005 Military Ski Systems (MSS). The MSS will replace the current ski in the Marine Corps inventory and will provide the Marine Corps with a universal ski binding. Work will be performed in Merrick, New York, and is expected to be complete by September 2023. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $1,708,175 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1402). Tuva LLC,* Herndon, Virginia, is awarded an $8,999,621 firm-fixed-price contract for the purchase of 100 Mobile Training Suites (MTS) in support of Global Combat Support System-Marine Corps (GCSS-MC). The kits are a combination of equipment, software, databases, documentation, and procedures; and, will be used in the training of GCSS-MC users and key personnel in locations where network connectivity to the enterprise training environment is not available. Work will be performed in Herndon, Virginia, and is expected to be complete by Sept. 27, 2019. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $8,999,621 will be obligated at the time of award and funds will expire the end of the current fiscal year. This contract is awarded in accordance with Federal Acquisition Regulation subpart 19.8 and section 8(a) of the Small Business Act, 15 U.S. Code 637(a) as an Alaska Native Corporation. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-C-7618). Saab Defense and Security USA LLC, East Syracuse, New York, is awarded an $8,184,781 firm-fixed-price contract for research and development of an X-Band Active Aperture Array radar prototype in support of the Office of Naval Research and the Office of the Secretary of Defense Foreign Comparative Testing Program. Work will be performed in Gothenburg, Sweden (80 percent); and East Syracuse, New York (20 percent), and is expected to be completed in June 2020. Fiscal 2017 and 2018 research, development, test and evaluation (Navy and Defense) funds in the amount of $8,184,781 will be obligated at time of award, $1,000,000 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0693). General Dynamics Ordnance and Tactical Systems, Bothell, Washington, is awarded a $7,858,577 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for the purchase of gas generators for use in the suppression system onboard the F/A 18E/F aircrafts to protect the dry bays under the fuel tanks. This contract includes a three-year base period with no options. Work will be performed in Moses Lake, Washington, and is expected to be completed by September 2021. This effort combines purchases with procurement and ammunition (Navy and Marine Corps) funds (59.3 percent); Australian funds (23.5 percent); and Kuwait funds (17.2 percent) under the Foreign Military Sales program. Funds will in the amount of $2,266,086 will be obligated at time of award to fund the first delivery order, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Sup

Toutes les nouvelles