1 mai 2020 | International, Terrestre

KBR Wins $64M Recompete to Expand DoD Testing and Training Capabilities for U.S. Warfighter

Houston – April 27, 2020 – KBR (NYSE: KBR) has received a $63.9 million task order from the Department of Defense (DoD) Test Resource Management Center (TRMC) to develop interoperability solutions to expand the U.S. military's testing and training capabilities.

KBR will utilize its vast test and evaluation (T&E) expertise to assess and address the unique requirements necessary to incorporate additional test range sites into the DoD's T&E infrastructure. This will streamline and enhance the integration of test and training capabilities for DoD weapons systems.

KBR's work will result in developed hardware and software solutions that address the military's T&E needs. KBR will help DoD improve range interoperability and effective reuse of resources resulting in increased capability while reducing development, operation and maintenance costs for test ranges.

The company's efforts will also further the important partnership between the Test and Training Enabling Architecture Software Development Activity (TENA-SDA) and Joint Mission Environment Test Capability (JMETC) to expand connectivity and develop enhanced capabilities for test and training facilities.

“KBR is proud of our nearly two decades of TENA support, promoting range interoperability and flexibility for the U.S. military,” said Byron Bright, KBR President, Government Solutions U.S. “KBR will continue to use its expertise to develop innovative solutions to fortify and grow the DoD's T&E capabilities.”

KBR was awarded this task order under the cost-plus-fixed/firm-fixed fee One Acquisition Solution for Integrated Services (OASIS) contract which KBR won a seat on in 2014. This is a one-year task order with four option periods.

KBR ensures mission success for customers on land, at sea, in the air, and in space and cyberspace. It has operational and developmental T&E processes designed for corporate, government and military organizations. KBR holds extensive experience evaluating complex systems and technologies ranging from combat vehicles and high-performance aircraft to weapons systems and orbital launch platforms. KBR is engineering solutions for the needs of today and tomorrow, safely and efficiently.

About KBR, Inc.

KBR is a global provider of differentiated professional services and technologies across the asset and program lifecycle within the Government Solutions and Energy sectors. KBR employs approximately 37,000 people worldwide (including our joint ventures), with customers in more than 80 countries, and operations in 40 countries, across three synergistic global businesses:

Government Solutions, serving government customers globally, including capabilities that cover the full lifecycle of defense, space, aviation and other government programs and missions from research and development, through systems engineering, test and evaluation, program management, to operations, maintenance, and field logistics

Technology Solutions, featuring proprietary technology, equipment, catalysts, digital solutions and related technical services for the monetization of hydrocarbons, including refining, petrochemicals, ammonia and specialty chemicals, as well as inorganics

Energy Solutions, including onshore oil and gas; LNG (liquefaction and regasification)/GTL; oil refining; petrochemicals; chemicals; fertilizers; differentiated EPC; maintenance services (Brown & Root Industrial Services); offshore oil and gas (shallow-water, deep-water, subsea); floating solutions (FPU, FPSO, FLNG & FSRU); program management and consulting services

KBR is proud to work with its customers across the globe to provide technology, value-added services, integrated EPC delivery and long-term operations and maintenance services to ensure consistent delivery with predictable results. At KBR, We Deliver.

Visit www.kbr.com

Forward Looking Statement

The statements in this press release that are not historical statements, including statements regarding future financial performance, are forward-looking statements within the meaning of the federal securities laws. These statements are subject to numerous risks and uncertainties, many of which are beyond the company's control that could cause actual results to differ materially from the results expressed or implied by the statements. These risks and uncertainties include, but are not limited to: the outcome of and the publicity surrounding audits and investigations by domestic and foreign government agencies and legislative bodies; potential adverse proceedings by such agencies and potential adverse results and consequences from such proceedings; the scope and enforceability of the company's indemnities from its former parent; changes in capital spending by the company's customers; the company's ability to obtain contracts from existing and new customers and perform under those contracts; structural changes in the industries in which the company operates; escalating costs associated with and the performance of fixed-fee projects and the company's ability to control its cost under its contracts; claims negotiations and contract disputes with the company's customers; changes in the demand for or price of oil and/or natural gas; protection of intellectual property rights; compliance with environmental laws; changes in government regulations and regulatory requirements; compliance with laws related to income taxes; unsettled political conditions, war and the effects of terrorism; foreign operations and foreign exchange rates and controls; the development and installation of financial systems; increased competition for employees; the ability to successfully complete and integrate acquisitions; and operations of joint ventures, including joint ventures that are not controlled by the company.

KBR's most recently filed Annual Report on Form 10-K, any subsequent Form 10-Qs and 8-Ks, and other U.S. Securities and Exchange Commission filings discuss some of the important risk factors that KBR has identified that may affect the business, results of operations and financial condition. Except as required by law, KBR undertakes no obligation to revise or update publicly any forward-looking statements for any reason.

For further information, please contact:
Investors
Alison Vasquez
Vice President, Investor Relations
713-753-5082
Investors@kbr.com

Media
Philip Ivy
Vice President, Global Communications and Marketing
713-753-3800
MediaRelations@kbr.com

View source version on KBR, Inc.: https://www.kbr.com/en/insights-events/press-release/kbr-wins-64m-recompete-expand-dod-testing-and-training-capabilities

Sur le même sujet

  • Boeing begins 3D-printing Apache helicopter parts

    18 octobre 2023 | International, Aérospatial, Terrestre

    Boeing begins 3D-printing Apache helicopter parts

    Boeing has teamed up with ASTRO America to 3D-print parts for its Apache attack helicopter as a way to potentially improve supply chains and manufacturing.

  • Houthis say they fired ballistic missiles at Israel's Eilat

    4 février 2024 | International, Terrestre

    Houthis say they fired ballistic missiles at Israel's Eilat

  • Contract Awards by US Department of Defense - August 04, 2020

    5 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 04, 2020

    NAVY Bethel-Tech Pacific JV,* Anchorage, Alaska (N62473-20-D-1113); ECC Environmental,* Burlingame, California (N62473-20-D-1114); and CAPE-Weston,* Irvine, California (N62473-20-D-1115), are awarded a $240,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contract for environmental remediation projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). This includes Alaska, Arizona, California, Nevada, New Mexico, Oregon, Utah, Washington and other locations nationwide. The maximum dollar value for all three contracts combined is $240,000,000. Bethel-Tech Pacific JV is being awarded an initial task order at $189,037 to evaluate land use controls at Marine Corps Logistic Base, Barstow, California. Work for this task order is expected to be completed by July 2023. All work on this contract will be performed primarily within the NAVFAC Southwest AOR which includes California (95%); Arizona (2%); Nevada (2%); and the remainder of the U.S. (1%). The work to be performed provides for environmental remediation actions; removal actions; remedial design; expedited and emergency response actions; pilot and treatability studies; remedial systems operation and maintenance; corrective actions; and groundwater monitoring and other related activities associated with returning sites to safe and acceptable levels of contamination. The term of the contract is not to exceed 60 months. Work is expected to be completed by August 2025. Fiscal 2020 operations and maintenance Navy (OM, N) contract funds in the amount of $189,037 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OM, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and18 proposals were received. These three contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Lockheed Martin Corp., Owego, New York, is awarded an $181,744,524 modification (P00016) to previously awarded firm-fixed-price contract N00019-19-C-0013. This modification provides for the production, delivery and integration of 24 Airborne Low Frequency Sonars (ALFS) for the government of India; eight ALFS for the Navy and seven ALFS for the government of Denmark, into MH-60R Seahawk aircraft. Work will be performed in Brest, France (77%); Portsmouth, Rhode Island (15%); and Owego, New York (8%), and is expected to be completed by December 2024. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $37,280,928 and Foreign Military Sales funds in the amount of $144,463,596 will be obligated at time of award, $37,280,928 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Krempp Construction Inc.,* Jasper, Indiana, is awarded an $35,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract for magazine and inert building maintenance and repairs at the Naval Support Activity Crane, Indiana. No task orders are being issued at this time. All work on this contract will be performed in Crane, Indiana. The work to be performed provides for magazine and inert building maintenance, repairs and construction services including but not limited to, concrete installation and removal, replacement of entire or portions of concrete docks, wing walls, steel doors, lead paint removal, replacement of dead lights, dome repair, grounding, seeding, mulching, removal and installation of bumper blocks, excavation, backfilling and incidental related work. The term of the contract is not to exceed 60 months and work is expected to be completed by August 2025. Fiscal 2020 working capital (Army) contract funds in the amount of $5,000 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 working capital (Army) and working capital (Navy). This contract was competitively procured via the Contract Opportunities website and three proposals were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0080). Bell Textron Inc., Fort Worth, Texas, is awarded a $30,400,000 cost-plus-fixed-fee order (N00019-20-F-0162) against previously issued basic ordering agreement N00019-16-G-0012. This order provides non-recurring engineering and integrated logistics support to produce and qualify the structural improvement and electrical power upgrade solution for the UH-1Y Venom and AH-1Z Viper aircraft. Work will be performed in Fort Worth, Texas (70.4%); Grand Rapids, Michigan (26.3%); and Phoenix, Arizona (3.3%). This order provides for the integration of structural improvements and power upgrades, as well as the development of technical data and supporting documentation as it pertains to reliability, maintainability, damage limits and tolerances. Additionally, this order provides for the manufacture and delivery of two drives system accessory power quills, one modified combining gearbox, one test stand upgrade, as well as associated component qualification testing. Work is expected to be completed by December 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $17,503,510; fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,659,045; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,237,445, will be obligated at time of award and $17,503,510 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Atlantic Diving Supply Inc., Virginia Beach, Virginia (M67854-20-D-5127); and Vizocom Government Services, El Cajon, California (M67854-20-D-5128) are awarded a $17,000,000 maximum amount, multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of soft wall shelters and shelter repair parts. Work will be performed in Virginia Beach, Virginia; and El Cajon, California, and is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $151,483 will be obligated on the first delivery order immediately following contract award. Funds will expire the end of the current fiscal year. This contract was a competitively procured via beta.SAM.gov website and two offers were received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting agency. Alliant Techsystems Operations LLC, Northridge, California, is awarded a $12,190,753 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides depot sustainment support, guidance section and control section repair and common munitions built-in test/reprogramming equipment box 4 and 5 test and inspection in support of the Advanced Anti-Radiation Guided Missile weapon system for the Navy; the governments of Italy and Australia; and Foreign Military Sales customers. Work will be performed in Northridge, California (62%); Ridgecrest, California (31%); and Fusaro, Italy (7%). Work is expected to be completed by August 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0106). United States Marine Inc.,* Gulfport, Mississippi, is awarded a $7,572,364 firm-fixed-price delivery order to previously awarded an indefinite delivery/indefinite quantity contract N00024-16-D-2215 in support of the government of the Azerbaijan for 15 9-meter Explosive Ordnance Disposal (EOD) Multi-Use EOD Response Craft. Work will be performed in Gulfport, Mississippi, and is expected to be completed by April 2022. Foreign Military Sales funding in the amount of $7,572,364 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. ARMY Aecom Technical Services Inc., Los Angeles, California (W91278-20-D-0041); Arcadis U.S. Inc., Highlands Ranch, Colorado (W91278-20-D-0042); Atkins North America Inc., Dallas, Texas (W91278-20-D-0043); Cardno GS Inc., Charlottesville, Virginia (W91278-20-D-0044); HDR Environmental Operations and Construction Inc., Englewood, Colorado (W91278-20-D-0045); Jacobs Engineering Group Inc., Dallas, Texas (W91278-20-D-0046); Leido Inc., Reston, Virginia (W91278-20-D-0047); WSP USA Solutions Inc., Washington, DC (W91278-20-D-0048); Tetra Tech Inc., Pasadena, California (W91278-20-D-0053); and Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (W91278-20-D-0055), will compete for each order of the $209,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. AHTNA Construction,* Anchorage, Alaska (W912BV-20-D-0039); APC Construction LLC,* Harvey, Louisiana (W912BV-20-D-0040); Gideon Contracting LLC,* San Antonio, Texas (W912BV-20-D-0041); Pontchartrain Partners LLC,* New Orleans, Louisiana (W912BV-20-D-0042); and Southwind Construction,* Edmond, Oklahoma (W912BV-20-D-0043), will compete for each order of the $49,500,000 firm-fixed-price contract for civil works construction projects in support of various military and civil works projects within the U.S. Army Corps of Engineers Tulsa District's boundaries. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers Tulsa, Oklahoma, is the contracting activity. PHE-Baker JV2 LLC,* Rockville, Maryland (W91278-20-D-0050); Stell Environmental Enterprises Inc.,* Exton, Pennsylvania (W91278-20-D-0051); Swift River Vesar SB JV,* Anchorage, Alaska (W91278-20-D-0052); and Vernadero Group Inc.,* Phoenix, Arizona (W91278-20-D-0053), will compete for each order of the $40,000,000 firm-fixed-price contract for architect and engineering services to support the U.S. Army Corps of Engineers South Atlantic Division Mobile District's planning and environmental division. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Radiant Mission Solutions Inc., Chantilly, Virginia, was awarded a $12,000,000 cost-plus-fixed-fee contract to provide the Army Geospatial Center with remote ground terminal systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2023. U.S. Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-20-D-0006). Lockheed Martin Global Missiles and Fire Control, Orlando, Florida, was awarded a $9,958,534 modification (P00019) to contract W31P4Q-17-C-0173 for field support technicians. 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 Feb. 28, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Martin Baker, Uxbridge, United Kingdom, has been awarded a maximum $150,000,000 five-year, indefinite-delivery/indefinite-quantity contract for T-6 and T-38 Sustainment. This contract provides for T-6 and T-38 replenishment spares. Work will be performed in Uxbridge, United Kingdom, and is expected to be completed Dec. 31, 2026. This award is the result of a sole-source acquisition. Fiscal 2020 munitions procurement funds; NASA funds; Army funds; and Foreign Military Sales funds, in the total amount of $13,316, 027 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-20-D-0004). DEFENSE THREAT REDUCTION AGENCY Northrup Grumman Systems Corp. (HDTRA1-20-C-0063) is being awarded a single-award services contract for the Cooperative Threat Reduction (CTR) Program. The mission of the CTR Program is to partner with willing countries to reduce threat from Weapons of Mass Destruction and related materials, technologies, facilities and expertise. The maximum dollar ceiling including the base period and option period for the contract is $24,775,693. Work will be performed at various locations throughout the world. The base period for this contract is two years with three one-year option periods. $4,000,000 has been incrementally funded for the base period and the contract will continue to be incrementally funded with current funding. This requirement was solicited as a sole-source award with supporting justification and approval document via solicitation HDTRA1-20-R-0015 and was approved by the Head of Contracting Activity. The government received one timely offer. The Defense Threat Reduction Agency (DTRA), CTR Contracting Office/DTRA/AL-ACC, Fort Belvoir, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2300395/source/GovDelivery/

Toutes les nouvelles