15 octobre 2019 | International, Aérospatial

ImSAR LLC wins $$7.2M contract for work on RQ-21A unmanned aerial systems

ByEd Adamczyk

Oct. 11 (UPI) -- ImSAR LLC was awarded a $7.2 million contract for work on payload systems and communications packages of the RQ-21 Blackjack unmanned aerial system.

The cost-plus-fixed fee delivery order against a previous ordering agreement calls for work to be executed by October 2020, the Defense Department announced Thursday.

The RQ-21 Blackjack is 8.2 feet long, weighs 134 pounds and has a wingspan of 15.7 feet. It can carry a payload of up to 39 pounds, and is used primarily for forward reconnaissance. Introduced in 2014, it was designed by Insitu, a Boeing Co. subsidiary.

The contract with the U.S. Navy is in support of a Phase III Small Business Innovation Research program effort named "Advanced Radar Concepts for Small Remotely Piloted Aircraft."

ImSAR, headquartered in Springville, Utah, will provide research, development, procurement and sustainment of the AN/DPY-2 split aces payload systems and communications relay package aboard the RQ-21A.

The SBIR program is coordinated by the U.S. Small Business Administration to aid small businesses conduct research and development for future U.S. government needs, with a goal of technical innovation through investment of federal research funds.

https://www.upi.com/Defense-News/2019/10/11/ImSAR-LLC-wins-72M-contract-for-work-on-RQ-21A-unmanned-aerial-systems

Sur le même sujet

  • Contract Awards by US Department of Defense - September 6, 2019

    9 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 6, 2019

    DEFENSE LOGISTICS AGENCY Science Applications International Corp., doing business as SAIC, Fairfield, New Jersey, has been awarded a maximum $950,000,000 fixed-priced, indefinite-delivery/indefinite-quantity contract for a variety of Federal Supply Group 80 items. This was a competitive acquisition with three offers received. This is a three-year base contract with two, two-year option periods. Locations of performance are Pennsylvania, California, Georgia, Texas, New Jersey and Arizona, with a Sept. 5, 2022, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D-0103). BOH Environmental LLC, Houston, Texas, has been awarded a maximum $70,000,000 fixed-price with economic-price-adjustment contract for specialized shipping and storage containers. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two year base contract with three one year option periods. Location of performance is Texas, with a Sept. 5, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-D-0001). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $14,874,824 firm-fixed-price delivery order (SPRPA1-19-F-QH06) against a five year basic ordering agreement (FA8122-19-G-0001) for engine exhaust frames. This was a sole source acquisition using justification 10 USC 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 43 month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2023, 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 19111-5098. Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $11,465,836 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel end assemblies. This was a competitive acquisition with two responses received. This is a three year contract with no option periods. Location of performance is Wisconsin, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0159). NAVY DLT Solutions LLC, Herndon, Virginia (N66001-19-A-0045); EC America Inc., McLean, Virginia (N66001-19-A-0119); Carahsoft Technology Corp., Reston, Virginia (N66001-19-A-0120); RightStar Systems Inc.,Vienna, Virginia (N66001-19-A-0022); Belarc Inc., Maynard, Massachusetts (N66001-19-A-0118); and Immix Technologies, McLean, Virginia (N66001-19-A-0121), are being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. This BPA provides for purchase of this category's software products and services by the DoD, U.S. intelligence community, and Coast Guard. The overall estimated value of this BPA is $820,450,000. The individual agreements are awarded for multi-reseller and multi-publisher providers of commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI in the enterprise software category. The resellers/software publishers are: DLT Solutions (Netscout and Tripwire); EC America (Riverbed, Netscout, Commvault and Microfocus Solutions); Carahsoft Technology (Safenet, Zscaler, Datalocker, Hytrust, Nlyte Microfocus Solutions, Beyond Trust, and Oblong); RightStar (Nlyte); Belarc Inc.; and Immix Technologies (BeyondTrust and Microfocus Solutions). The ordering period will be for a maximum of 10 years from Sept. 6, 2019, through July 11, 2029. The BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $266,203,768 cost-plus-fixed-fee contract special tooling and special test equipment in support of F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas (50.30 percent); San Diego, California (13.18 percent); Orlando, Florida (7.30 percent); El Segundo, California (5.45 percent); Samlesbury, United Kingdom (5.23 percent); Papendrecht, Netherlands (3.90 percent); Cheltenham, United Kingdom, (2.49 percent); Rochester, United Kingdom (2.29 percent); Nashua, New Hampshire (1.95 percent); Phoenix, Arizona (1.66 percent); Williston, Vermont (1.47 percent); Marietta, Georgia (1 percent); Palmdale, California (0.73 percent); East Aurora, New York (0.59 percent); Endicott, New York (0.55 percent); Kongsberg, Norway (0.43 percent); Marion, Virginia (0.34 percent); Hauppauge, New York (0.30 percent); Boulder, Colorado (0.24 percent); Owego, New York (0.23 percent); Sylmar, California (0.22 percent); Mississauga, Canada (0.06 percent); Avon, Massachusetts (0.04 percent); Montmorency, Australia (0.02 percent); Garden Grove, California (0.02 percent); and Ontario, California (0.01 percent). Work is expected to be completed by July 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. DoD participant funds in the amount of $266,203,768 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($117,424,737; 44 percent); Navy ($80,246,876; 30 percent); Marine Corps ($36,674,989; 14 percent); and non-U.S. DoD participants ($31,857,166; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0074). Harris Corp., Roanoke, Virginia, is being awarded a maximum $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Squad Binocular Night Vision Goggle systems; spare and repair parts; contractor logistics support; and test article refurbishment. Work will be performed in Roanoke, Virginia, and is expected to be complete by September 2024.Fiscal 2019 procurement (Marine Corps) funds in the amount of $328,203 will be obligated at time of award and funds will expire the end of fiscal 2021.This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1501). Orbis Sibro Inc., Mount Pleasant, South Carolina (N39040-18-D-0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N39040-18-D-0004), Delphinus Engineering, Eddystone, Pennsylvania (N39040-18-D-0005); and Oceaneering Intl., Chesapeake, Virginia (N39040-18-D-0006), are being awarded a combined cumulative $37,884,834 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple-award modification to exercise Option Period One to provide non-nuclear production support for U.S. naval submarine projects/repairs. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter and sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2020. No funding will be obligated at time of award. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia (N64498-19-D-4006); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-19-D-4032), are being awarded indefinite-delivery/indefinite-quantity type contracts with cost-plus-fixed-fee and firm-fixed-price line items for engineering and technical services in support of Naval Surface Warfare Center Philadelphia Division (NSWCPD) Hull, Mechanical and Electrical (HM&E) systems Modernization Program. The contract being awarded to QED Systems Inc. (QED) will be awarded for $19,847,942, and the contract being awarded to McKean Defense Group LLC (McKean) will be awarded for $21,458,714. Work under the QED contract will be performed in Virginia Beach, Virginia (20 percent); Philadelphia, Pennsylvania (20 percent); and various Navy port locations worldwide (60 percent). The work under the McKean contract will be performed in Philadelphia, Pennsylvania (40 percent); and various Navy port locations worldwide (60 percent). Work at all locations is expected to be completed by September 2024. Fiscal 2019 Navy working capital funding in the amount of $100,000 ($50,000 per contract) will be obligated at time of award via individual task orders and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(a), these contracts are the result of a full and open competitive procurement via the Federal Business Opportunities portal, in which three offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. American Scaffold, San Diego, California (N55236-16-D-0001); and W.V. Construction Co.,* Jamul, California (N55236-16-D-0002), are each being awarded firm-fixed-price contract modifications to exercise Option Year Four of their respective previously-awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to provide scaffolding services to the Southwest Regional Maintenance Center's Commercial Industrial Services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California. American Scaffold is being awarded $10,869,649, and W.V. Construction Co. is being awarded $18,892,889. Each contractor shall provide management, administrative and production services, materials, tools, equipment and required support to accomplish scaffolding on board U.S. naval ships and other government vessels within a 50-mile radius of San Diego, which may include Oceanside, California. Scaffolding shall include rolling scaffolds, suspended scaffolds and tube-and-clamp-type scaffolds. Work will be performed in San Diego, California, and is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. AS and D Inc., Beltsville, Maryland, is being awarded a $16,118,830 cost-plus-fixed-fee modification to previously awarded indefinite-delivery/indefinite-quantity contract N00173-14-D-2016 for engineering and operational support for the command, control, data collection and mission management operations at Blossom Point Tracking Facility (BPTF). Work will be performed in Welcome, Maryland, and is expected to be complete by Aug. 26, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $194,791; fiscal 2019 operation and maintenance funds (Navy) in the amount of $322,000; and fiscal 2019 research and development funds (Air Force) in the amount of $486,000, will be obligated at time of award. Contract funds in the amount of $516,791 will expire at the end of the current fiscal year. Contract funds in the amount of $486,000 will not expire at the end of the current fiscal year. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $9,500,000 delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) for Oceanit Laboratories Inc.*, Honolulu, Hawaii, included the incorrect contracting activity. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $107,067,910 contract for Hexagon U.S. Federal Inc., Huntsville, Alabama (N00024-19-D-4114) included an incorrect completion date. The contract's expected completion date is actually September 2024. ARMY BAE Systems Inc., York, Pennsylvania, was awarded a $268,990,416 modification (P00015) to contract W56HZV-18-C-0133 for Bradley production. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2021. Fiscal 2018 procurement of weapons and tracked combat vehicles funds in the amount of $268,990,416 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Heritage-M2C1 Joint Venture,* Delta Junction, Alaska, was awarded a $40,000,000 firm-fixed-price contract to execute sustainment, restoration, and modernization projects. 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 Sept. 12, 2024. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-D-0005). Professional Contract Services Inc., Austin, Texas, was awarded a $26,688,913 modification (P00023) to contract W9124L-17-C-0005 for non-personal services to provide labor and supplies necessary to manage and operate the Fort Sill, Oklahoma, Directorate of Public Works. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 operations and maintenance Army funds in the amount of $26,688,913 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $26,022,182 modification (P00014) to Foreign Military Sales (Afghanistan) W56HZV-17-C-0117 for the National Maintenance Strategy Ground Vehicle Support effort. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2019 Afghanistan Security Forces, Army funds in the combined amount of $26,022,182 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Lynxnet LLC,* Suffolk, Virginia, was awarded an $18,207,432 firm-fixed-price contract to operate and maintain the command and control and infrastructure operations for headquarters, U.S. Army Intelligence and Security Command. One bid was solicited with one bid received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Sept. 18, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,490,400 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911W4-19-C-0010). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,986,238 modification (P00071) to contract W56HZV-13-C-0319 to provide labor and vendor costs to furnish and install two new horizontal boring mill machines. Work will be performed in Lima, Ohio, with an estimated completion date of March 7, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $14,986,238 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Northbank Civil and Marine Inc.,* Vancouver, Washington, was awarded a $13,075,000 modification (P00001) to contract W9127N-18-C-0081 for rehabilitation, structural, mechanical, and electrical upgrades to tainter gate. Work will be performed in Detroit, Oregon, with an estimated completion date of May 1, 2022. Fiscal 2019 operations and maintenance, civil funds in the amount of $13,075,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $10,173,475 modification (P00002) to contract W52P1J-18-D-0036 to upgrade and expand the Pacific Japan and Korea land mobile radio system, connect sites to the current joint Japan land mobile radio system and to upgrade the Army backup core infrastructure in Japan. 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 May 24, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY The Johns Hopkins University Applied Physics Laboratory LLC (JHU/APL), Laurel, Maryland, was awarded a non-competitive, single-award, indefinite-delivery/indefinite-quantity contract for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, which designated JHU/APL as a University Affiliated Research Center (UARC). The place of performance will be at JHU/APL, Laurel, Maryland; and at the Defense Information Systems Agency, Fort Meade, Maryland. The contract ceiling value is $245,000,000, funded by multiple appropriation types. The minimum guarantee of $5,793,933 is satisfied through the issuance of the first task order in conjunction with the contract, which is funded by fiscal 2019 research, development, test and evaluation funds. This is a sole source award, and as such, only one proposal was received. The ordering period is Sept. 30, 2019, through Sept. 29, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-0001). Trace Systems Inc., Vienna, Virginia, was awarded a single-award, indefinite-delivery/indefinite-quantity contract in support of providing the full range of Mission Partner Environment (MPE)-compatible support services and associated equipment to design, implement and operate the MPE enterprise. The contract ceiling value is $98,000,000. At the time of award, the minimum guarantee of $500 will be obligated using fiscal 2019 operations and maintenance funding. All other funding will be obligated at the task order level. The places of performance will be at contiguous U.S. and outside continental U.S. designated MPE Services (MPE-S) support sites including Washington, District of Columbia; Fort Meade, Maryland; Air Force facilities in Fairfax, Virginia; U.S. Africa Command, Stuttgart, Germany; U.S. Central Command, Tampa, Florida; Kuwait; Bahrain; Afghanistan; U.S. Southern Command, Miami, Florida; U.S. Northern Command, Colorado Spring, Colorado; U.S. Special Operations Command, Tampa, Florida; Joint Communication Support Element, Tampa, Florida; and U.S. Forces Korea, Youngsan Air Base, Osan Air Base, Kunsan Air Base, and Camp Humphries. Additional places of performance are to be determined based on customer requirements and real world events. The specific place(s) of performance will be specified in individual task orders. A competitive solicitation utilizing full and open competition was the basis for the single-award contract. Proposals were solicited via the Federal Business Opportunities website and four proposals were received. The ordering period is five years from the date of contract award. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-4002). AIR FORCE Alliant Techsystems Operations LLC - ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a $109,929,339 firm-fixed-price contract for Hard Target Void Sensing Fuzes (HTVSF). This contract provides for the full rate production of Lot 2 and Lot 3 HTVSFs, as well as spares, trainers, and support. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by July 31, 2023. This award is the result of a sole source acquisition. Fiscal 2017, 2018, and 2019 ammunition procurement funds in the amount of $109,929,339 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-C-0038). Bowhead Cybersecurity Solutions & Services LLC, Alexandria, Virginia, has been awarded a $19,689,460 firm-fixed-price contract for the Air Force National Tactical Integration Program. This contract provides for real-time, two-way interactive information exchange among the combined/joint force air component commander, other joint and Air Force customers, and the national intelligence community. Work will be performed at Lackland Air Force Base, Texas; Fort Meade, Maryland; Wright Patterson Air Force Base, Ohio; Scott Air Force Base, Illinois; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Davis-Monthan Air Force Base, Arizona; Fort Gordon, Georgia; Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia; Cape Canaveral Air Force Station, Florida; Hurlburt Field, Florida; Hickam Air Force Base, Hawaii; and Creech Air Force Base, Nevada. The performance period includes four option periods with expected completion by Jan. 30, 2024. This award is the result of a sole source set-aside acquisition. Fiscal 2019 operations and maintenance funding in the amount of $1,446,615 are being obligated at time of the award. The Acquisition Management & Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-19-C-A009). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1954307/source/GovDelivery/

  • Safran to continue supporting UK MOD Merlin and Apache helicopter engines

    26 juin 2019 | International, Aérospatial

    Safran to continue supporting UK MOD Merlin and Apache helicopter engines

    Safran Helicopter Engines has signed a three-year support contract extension with the UK Ministry of Defence's Defence Equipment and Support agency, to provide an end-to-end availability service for the RTM322 engines fitted to Royal Navy Merlin and British Army Apache AH Mk1 helicopters. Covering a fleet of more than 400 engines, the contract represents a continuation of the support provided by Safran for this engine type since 2013, when they bought out Rolls-Royce's share of the RTM322. Since then, Safran has significantly improved engine reliability and can now boast more than four years of significantly exceeding availability targets for engines, accessories and spare parts. Safran Helicopter Engines manages this contract from its UK facility in Fareham, Hampshire with more than 40 people on site directly involved. The contract covers the provision of engines, modules, accessories and spares, including maintenance, repair and overhaul, logistics, technical support and technical publications. It runs until 31st March 2022 with additional option years to 2024. Air Vice-Marshal Graham Russell, Director Helicopters at the UK MOD's Defence Equipment and Support Organisation, commented: "Safran Helicopter Engines has provided highly capable, reliable and responsive support to our fleet of RTM322 engines during the previous contract, consistently delivering high levels of engine availability. Consequently, we are very pleased to have signed this extension to the contract which will ensure continued effective support to the front line." Franck Saudo, Safran Helicopter Engines CEO, said, "We're delighted to be awarded this contract extension. It shows a high level of confidence from the UK MOD in our engine solutions and in our teams. We are committed to earn that trust by providing them with a high level of service, as they prepare to deploy these helicopters aboard the UK's new aircraft carriers." https://www.safran-helicopter-engines.com/media/safran-continue-supporting-uk-mod-merlin-and-apache-helicopter-engines-20190624

  • Contract Awards by US Department of Defense - July 16, 2020

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

    Contract Awards by US Department of Defense - July 16, 2020

    AIR FORCE Transcend Technological Systems LLC, Prattville, Alabama, has been awarded a ceiling $485,000,000 single-award, indefinite-delivery/indefinite-quantity contract for the Hill Enterprise Data Center (HEDC) – sustainment, modernization, and consolidation. This contract provides for sustainment and onboarding support for the HEDC and applications within the HEDC. Work will be performed at Hill Air Force Base, Utah, and expected to be completed July 15, 2027. This award is the result of a competitive acquisition and eight offers were received. Fiscal 2020 operations and maintenance funds in the amount of $2,500 will be obligated on the first task order, which will be awarded immediately after the basic contract. Air Force Sustainment Center Hill AFB, Utah, is the contracting activity (FA8201-20-D-0001). NAVY Kanto Kosan Co. LTD, Kanagawa, Japan (N62649-20-D-0012); and Seaon Environmental LLC, Tempe, Arizona (N62649-20-D-0013), are awarded a not-to-exceed $35,201,535 indefinite-delivery/indefinite-quantity, multiple-award contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide oily wastewater purification services. This will include providing an oily water disposal barge, arranging oil/chemical separating barge consisting of a receiving tank, oil collecting tank, and a minimum of three settling tanks and purifying collected water/oil and discharge to the sea in accordance with applicable regulations in support of the U.S. Naval Ship Repair Facility and Japan Regional Maintenance Center, Yokosuka and Commander, Fleet Activities Yokosuka Port Operations. Work will be performed at Commander, Fleet Activities Yokosuka, Yokosuka, Japan. The contracts will run concurrently and will include a one-year base ordering period with four one-year option ordering periods. The initial ordering period will continue until July 2021; if all options are exercised, the final ordering period will be completed by July 2025. The total estimated value of the contracts will be $65,000,000. Fiscal 2020 operations and maintenance (Navy) (OMN) funds in the amount of $100,000 ($50,000 on each of the two contracts) will be obligated at time of award and funds will expire at the end of the current fiscal year. Annual OMN funds will be obligated as individual task orders are issued. This contract resulted from a full and open competitive solicitation and the requirement was posted to the Asia Navy Electronic Commerce Online and the Federal Business Opportunities websites, with two offers received. Naval Supply Systems Command Fleet Logistics Center Yokosuka, Contracting Department, Yokosuka, Japan, is the contracting activity. Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $15,296,009 cost-plus-fixed-fee and firm-fixed-price modification to previously-awarded contract N00024-17-C-5410 to exercise options for engineering and technical services and obsolescence solution in support of Standard Missile-2/6. Work will be performed in Tucson, Arizona, and is expected to be completed by June 2021. This contract combines purchases for the U.S. government (68.2%); and the governments of Australia, Taiwan, Korea, Japan, Spain, Netherlands and Denmark (31.8% combined), under the Foreign Military Sales (FMS) program. This contract also combines purchases for other Department of Defense funds (47.2%); FMS programs (31.8%); and the Navy (21%). Fiscal 2020 other Department of Defense funds; 2020 research, development, test and evaluation (Navy) funds; fiscal 2020 weapons procurement (Navy) funds; and FMS funds in the amount of $15,296,009 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. Beckman Coulter Inc., Brea, California, is awarded a $14,916,335 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract is for the production, test and delivery of up to 800 particle counter units to replace all existing obsolete units currently in use throughout the Navy and Marine Corps fleet. These units will provide the fleet's intermediate maintenance level technicians a mechanism for measuring particle contamination in fluids from aircraft government support equipment in hangars and depots in support of the Navy Hydraulic Contamination Program. Work will be performed in Loveland, Colorado (75%); and Brea, California (25%), and is expected to be completed by June 2026. No funds will be obligated at the time of award; funds 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-0031). B.C. Schmidt Construction Inc.,* Colusa, California, is awarded a $10,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for new flooring work, additions, alterations, maintenance and repairs at various locations within Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor and all means necessary for new work. No task orders are being issued at this time. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov contract opportunities website and three proposals were received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1117). ARMY Carahsoft Technology, Reston, Virginia, was awarded a $29,837,009 firm-fixed-price contract for movement of the logistics modernization program to the cloud. Bids were solicited via the internet with 11 received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of July 15, 2021. Fiscal 2020 other procurement (Army) funds in the amount of $29,837,009 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0419). Scientific Research Corp., Atlanta, Georgia, was awarded a $28,543,191 hybrid (cost-no-fee, cost-plus-fixed-fee) contract to provide a full spectrum of support to the Joint Pacific Alaska Range Complex at Eielson Air Force Base. 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 July 15, 2021. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-F-0120). HDR Architecture Inc., Seattle, Washington, was awarded a $21,000,000 firm-fixed-price contract to provide architectural and engineering services in support of planned construction projects at the Veteran Administration American Lake Campus. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2028. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-D-1003). CORRECTION: The contract announced on June 15, 2020, for General Dynamics Land Systems, Sterling Heights, Michigan (W56HZV-20-F-0382), for $249,000,000 should have included this additional sentence: The initial delivery order is being awarded under this action to obligate $14.1 million to provide field service representative support for remaining test events, data deliverables, refurbishment of test systems, production of 24 S-MET systems, associated authorized stock list kits and prescribed stock list kits. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2277243/source/GovDelivery/

Toutes les nouvelles