26 avril 2018 | International, Aérospatial, Naval, Terrestre

Marines 3-D print replacement parts for F-35, unmanned ground vehicle

By:

WASHINGTON ― A U.S. Marine Corps pilot has successfully flown an F-35B Lightning II with a 3-D printed part. The Marine Fighter Attack Squadron 121 used 3-D printing to replace a worn bumper on the landing gear of the fighter jet.

Marine Corps Sgt Adrian Willis, deployed with Combat Logistic Battalion 31, 31st Marine Expedition Unit, used the 3-D printer as part of a process otherwise known as additive manufacturing. Without a 3-D printing capability, the entire door assembly would have needed to be replaced, a more expensive and more time-consuming repair. Rather than waiting weeks for a replacement the bumper was printed, approved and installed within a few days.

The repair demonstrates the value that additive manufacturing technology brings to forward-deployed units. “I think 3-D printing is definitely the future ― it's absolutely the direction the Marine Corps needs to be going,” Willis said.

“As a commander, my most important commodity is time,” according to Marine Corps Lt. Col. Richard Rusnok, the squadron's commanding officer. “Although our supply personnel and logisticians do an outstanding job getting us parts, being able to rapidly make our own parts is a huge advantage.”

Building off the achievement with the F-35 part, the MEU's explosive ordnance disposal team requested a modification part to function as a lens cap for a camera on an iRobot 310 small unmanned ground vehicle. Such a part did not exist at the time, but Willis and the 3-D printing team designed and produced the part, which is currently operational and protecting the robot's lens.

https://www.defensenews.com/industry/techwatch/2018/04/25/marines-3-d-print-replacement-parts-for-f-35-unmanned-ground-vehicle/

Sur le même sujet

  • Contract Awards by US Department of Defense - January 27, 2021

    28 janvier 2021 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 27, 2021

    ARMY Eli Lilly and Co., Indianapolis, Indiana, was awarded a $625,000,000 modification (P00007) to contract W911QY-21-C-0016 for 500,000 doses of LY-CoV555, a COVID-19 therapeutic drug treatment. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Jan. 27, 2021. Fiscal 2021 Coronavirus Aid, Relief and Economic Security Act funds in the amount of $625,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Jan. 26, 2021) Bay Ship & Yacht Co., Alameda, California (W56HZV-21-D-L002); Colonna's Shipyard Inc.,* Norfolk, Virginia (W56HZV-21-D-L003); Conley Marine Services,* Harvey, Louisiana (W56HZV-21-D-L004); Fairlead Boatworks Inc., Newport News, Virginia (W56HZV21DL005); GMD Shipyard Corp.,* Brooklyn, New York (W56HZV-21-D-L006); Gulf Copper & Manufacturing Corp.,* Galveston, Texas (W56HZV-21-D-L007); Lyon Shipyard Inc.,* Norfolk, Virginia (W56HZV-21-D-L008); Mare Island Dry Dock, Vallejo, California (W56HZV-21-D-L009); Metal Trades Inc.,* Yonges Island, South Carolina (W56HZV-21-D-L010); Murtech Inc.,* Glen Burnie, Maryland (W56HZV-21-D-L011); Platypus Marine Inc., Port Angeles, Washington (W56HZV-21-D-L012); Swiftships LLC,* Morgan City, Louisiana (W56HZV-21-D-L013); Vigor Marine LLC, Portland, Oregon (W56HZV-21-D-L014); and Yank Marine Services,* Dorchester, New Jersey (W56HZV-21-D-L015), will compete for each order of the $235,000,000 firm-fixed-price contract for the purpose of performing on-condition cyclic maintenance, modifications, modernizations and repairs, requiring the use of a dry dock as well as sustainment maintenance, modernization efforts on the Army Watercraft Fleet of vessels. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 26, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Swiftships LLC,* Morgan City, Louisiana (W56HZV-21-D-L018); Heavy Engineering Industries and Shipbuilding Co., Shuwaikh, Kuwait (W56HZV-21-D-L019); Japan Marine United Co., Yokohama, Japan (W56HZV-21-D-L020); Orient Shipyard Co. Ltd., Pusan, South Korea (W56HZV-21-D-L021); Sumitomo Heavy Industries Ltd., Yokosuka, Japan (W56HZV-21-D-L022); Sunjin Entech Co. Ltd, Pusan, South Korea (W56HZV-21-D-L023); and Yokohama Engineering Works Ltd., Yokohama, Japan (W56HZV-21-D-L024), will compete for each order of the $180,000,000 firm-fixed-price contract for the follow-on efforts for the Watercraft Inspection Branch and Army Watercraft Systems Product Directorate to combine its shipyard efforts to efficiently execute modifications, modernizations and on-condition cyclic maintenance efforts for its existing fleet of vessels. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Jan 26, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Colonna's Shipyard Inc.,* Norfolk, Virginia (W56HZV-21-D-L025); Conley Marine Services LLC,* Harvey, Louisiana (W56HZV-21-D-L026); Continental Tide Defense Systems Inc., Wyomissing, Pennsylvania (W56HZV-21-D-L027); Epsilon Systems Solutions Inc., Portsmouth, Virginia (W56HZV-21-D-L028); Guam Industrial Services Inc., Agat, Guam (W56HZV-21-D-L029); Heavy Engineering Industries & Shipbuilding, Shuwaikh Port Area, Western Extension Shuwaikh, Kuwait (W56HZV-21-D-L030); HII Fleet Support Group LLC, Virginia Beach, Virginia (W56HZV-21-D-L031); L3 Unidyne Inc., Norfolk, Virginia (W56HZV-21-D-L032); Lyon Shipyard Inc., Norfolk, Virginia (W56HZV-21-D-L033); Metal Trades Inc.,* Yonges Island, South Carolina (W56HZV-21-D-L034); QED Systems Inc., Virginia Beach, Virginia (W56HZV-21-D-L035); Sumitomo Heavy Industries Ltd., Yokosuka, Kanagawa, Japan (W56HZV-21-D-L036); Sunjin Entech Co. Ltd., Pusan, South Korea (W56HZV-21-D-L037); and Yokohama Engineering Works Ltd., Yokohama, Kanagawa, Japan (W56HZV-21-D-L038), will compete for each order of the $155,000,000 firm-fixed-price contract for unprogrammed maintenance, emergency repair, modification and modernization efforts that do not require the use of a dry dock. 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 Jan. 26, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Indtai Inc.,* Vienna, Virginia, was awarded an $8,021,713 modification (P00004) to contract W9124J-20-C-0012 to provide educational support services in education centers located on over 60 Army garrisons in the continental U.S., Alaska, Hawaii, Puerto Rico, Japan and the Republic of Korea. Work will be performed in San Antonio, Texas, with an estimated completion date of Jul. 27, 2021. Fiscal 2021 operation and maintenance (Army) funds in the amount of $8,021,713 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity. NAVY CH2M Hill Inc., Englewood, Colorado, is awarded a maximum value $480,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity, architect-engineering contract for comprehensive long-term environmental action services in the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of responsibility (AOR). The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program and other similar programs at any Navy and Marine Corps activity in the AOR covered by NAVFAC Atlantic. Future task orders will be primarily funded by environmental restoration (Navy) funds. An initial task order is being awarded at $200,000 for architect-engineering services at the program management office in Virginia Beach, Virginia, and is expected to be completed by March 2022. All work on this contract will be performed within the NAVFAC Atlantic AOR including, but not limited to, North Carolina (25%); Puerto Rico (25%); Virginia (25%); Maryland (10%); California (5%); District of Columbia (3%); West Virginia (3%); Washington (2%); and Alaska (2%), and is expected to be completed by January 2026. Fiscal 2021 environmental restoration (Navy) funds in the amount of $200,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two proposals received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0007). Lockheed Martin Corp., Orlando, Florida, is awarded a not-to-exceed $49,663,781 undefinitized firm-fixed-price modification (P00001) to cost-plus-fixed-fee order N00019-21-F-0062 against previously issued basic ordering agreement N00019-19-G-0029. This modification adds scope for the production and delivery of 19 AN/AAQ-30A Target Sight Systems; 14 for the government of Bahrain and five for the government of the Czech Republic. Work will be performed in Orlando, Florida (36%); Burlington, Ontario, Canada (34%); Merrimack, New Hampshire (14%); Ocala, Florida (5%); Santa Barbara, California (3%); and various locations within the continental U.S. (8%), and is expected to be completed in January 2023. Foreign Military Sales funds in the amount of $7,433,265 will be obligated at the 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. (Awarded Jan. 26, 2021) Maxon Furniture Inc., Muscatine, Iowa, is awarded a $34,924,508 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides furniture finishes and equipment to ensure office furniture standardization, sustainability and maximum flexibility of personnel office spaces including design services and installation. Work will be performed in Muscatine, Iowa, and is expected to be completed in January 2026. Fiscal 2021 working capital (Navy) funds in the amount of $2,733 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; three offers were received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0011). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $25,523,136 modification (P00005) to cost-plus-fixed-fee, firm-fixed-price order N00019-20-F-0315 against previously issued basic ordering agreement N00019-17-G-0002. This modification adds scope for the production and delivery of nine right aft sponson fuel tank kits in support of V-22 Production Aircraft 9-17 for the government of Japan. Additionally, this modification provides development and updates to existing technical data as well as services in support of aircraft deliveries and aircrew pilot and crew chief training for the government of Japan. Work will be performed in Jacksonville, North Carolina (35%); Chiba Provence, Japan (35%); Ridley Park, Pennsylvania (20%); Stennis, Mississippi (5%); and Fort Worth, Texas (5%), and is expected to be completed in March 2024. Foreign Military Sales funds in the amount of $25,523,136 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is awarded a $11,403,660 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract provides engineering and logistics services in support of the Maritime Patrol and Reconnaissance Aircraft program to monitor and manage fatigue and obsolescence issues and operational and/or technical problems arising from P-3 fleet usage for the Navy, Foreign Military Sales customers and other U.S. government agencies. Work will be performed in Marietta, Georgia, and is expected to be completed in January 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 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 (N68335-21-D-0045). Boeing Distribution Inc., Dallas, Texas, is awarded an $8,624,300 firm-fixed-price modification (P00008) to previously awarded contract N00019-18-C-0055. This modification adds scope for the production and delivery of two P-8A engine build up kits and associated mating to core engine; one for the government of New Zealand and one for the government of Australia. Work will be performed in Dallas, Texas (50%); and Everett, Washington (50%), and is expected to be completed in June 2022. Foreign Military Sales funds in the amount of $8,624,300 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. AIR FORCE Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $129,363,552 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for C-5 contractor logistic support services. This contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to completed Jan. 31, 2022. This award is the result of a sole-source acquisition. Fiscal 2021 Material Supply Division; and operation and maintenance funds in the amount of $31,544,612 are being obligated at the time of award by way of task order FA8525-21-F0003. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded an $89,712,422 fixed-price-incentive-firm modification (P00024) to contract FA8823-20-C-0004 for system sustainment services Option Year Two. This modification updates and revises the Maintenance of Space Situational Awareness Integrated Capabilities system sustainment performance requirements for the current option year. Work will be performed in Colorado Springs, Colorado; and Dahlgren, Virginia, and is expected to be completed Jan 31, 2022. Fiscal 2021 operation and maintenance funds in the amount of $55,578,977 are being obligated at the time of award. Total cumulative face value of the contract is $315,420,730. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded an $83,831,036 firm-fixed-price modification (P00014) to contract FA8106-18-D-0002 for C-20/C-37 fleet sustainment. The contract modification is for exercise of Option Year Four, to include issuance of task orders for a one-year extension of contract term to support the C-20 and C-37 fleet for the Air Force, Army, Navy, Marines and Coast Guard; funding uninterrupted continuation of contractor logistics. Work will be performed in Savannah, Georgia; Naval Air Station Sigonella, Italy; Ramstein Air Base, Germany; Joint Base Andrews, Maryland; Hickam Air Force Base, Hawaii; Marine Corps Base Hawaii, Hawaii; and Ronald Reagan Washington National Airport, Washington, D.C. The work is expected to be completed Jan. 31, 2022. Fiscal 2021 operation and maintenance funds in the amount of $44,482,293 are being obligated at the time of award. Total cumulative face value of the contract is $594,429,554. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. MilSup LLC, Las Vegas, Nevada, has been awarded a $50,628,080 firm-fixed-price contract for the RC/OC/WC-135 and E-4B Contract Aircrew Training (CAT) and Courseware Development (CWD) program. The contractor will furnish all personnel, equipment, tools, materials, supervision and all other items and services that are required to perform RC/OC/WC-135 and E-4B CAT and CWD. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed March 31, 2026. This award is the result of a competitive Service Disabled Veteran-Owned Small Business acquisition and six offers were received. Fiscal 2021 operation and maintenance funds in the amount of $145,476 are being obligated at the time of award. Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-21-C-0001). U.S. TRANSPORTATION COMMAND Eleven (11) companies have been awarded Option Year 3 modifications under the following Category A (CAT A) III, Indefinite Delivery Indefinite Quantity, Fixed Price contracts: HTC711-18-D-C003/P00008 American Airlines of Fort Worth, TX; HTC711-18-D-C004/P00008 Air Transportation International (ATI) of Irving, TX; HTC711-18-D-C005/P00008 Atlas Air of Purchase, NY; HTC711-18-D-C006/P00008 Delta Air Lines, Inc. of Atlanta, GA; HTC711-18-D-C007/P00008 FedEx of Washington, DC; HTC711-18-D-C008/P00008 Hawaiian Airlines, Inc. of Honolulu, HI; HTC711-18-D-C011/P00008 National Air Cargo, Inc. of Orlando, FL; HTC711-18-D-C012/P00008 Polar Air Cargo Worldwide, Inc. of Purchase, NY; HTC711-18-D-C013/P00008 United Parcel Service Co. (UPS) of Louisville, KY; HTC711-18-D-C014/P00008 USA Jet Airlines of Belleville, MI; and HTC711-18-D-C015/P00008 Western Global Airlines (WGA) of Estero, FL. The companies are eligible to compete at the task order level for an option year estimated amount of $34,732,959. The program's cumulative value increased from $124,325,701 to $159,058,660 (estimated). This modification provides international commercial scheduled air cargo transportation services. Services encompass time-definite, door-to-door pick-up and delivery, transportation, Intransit Visibility (ITV), Government-Approved Third Party Payment System participation, and expedited customs processing and clearance of less than full planeloads for the movement of regular and recurring hazardous, refrigerated/cold chain (perishable), life and death, narcotics, and other regular recurring cargo shipments. Work will be performed world-wide. Option Year 3 period of performance is Feb. 1, 2021 to Jan. 31, 2022. United States Transportation Command (USTRANSCOM), Directorate of Acquisition, Scott Air Force Base, IL, 62225-5357, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2484774/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 27, 2019

    28 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - August 27, 2019

    NAVY Southwest Construction & Property Management,* San Bruno, California (N62473-19-D-1231); Bishop Inc.,* Orange, California (N62473-19-D-1232); J. Davis Construction Management Inc.,* Oxnard, California (N62473-19-D-1233); Trumble Construction Inc., doing business as RBT Construction,* Texarkana, Texas (N62473-19-D-1234); B.C. Schmidt Construction Inc.,* Williams, California (N62473-19-D-1235); and Heffler Contracting Group,* El Cajon, California (N62473-19-D-1236), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract. The maximum dollar value including the base period and one option period for all six contracts combined is $240,000,000. The contract covers new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build of roofing systems at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. Types of roofing projects may include, but are not limited to, roof condition assessment, emergency leak response and testing for hazardous material on various roofing systems. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and heating, ventilation, air conditioning (HVAC) ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (80%); Arizona (16%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (O&M) (Navy) contract funds in the amount of $30,000 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 (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. CDM Federal Programs Corp., Fairfax, Virginia, is awarded a not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract for services to support the Navy's public works business line. The work to be performed includes, but is not limited to, the following type of services: evaluate, analyze, development of plans, standard operating and maintenance procedures, and recommend improvements for utility management; utility operation and maintenance; electric and steam production; electric and steam distribution; natural gas distribution; water and wastewater treatment; water distribution; wastewater collection; utility privatization and out-sourcing; cybersecurity and control systems; advanced metering; energy management; energy security; energy and water conservation; project financing; utility regulation; utility rate making and analysis; commodity and service pricing and procurement; supply and demand practices; market design; and fuel sourcing. No task orders are being issued at this time. Work will be performed primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, and the term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2012). Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is awarded an estimated $44,308,222 indefinite-delivery/indefinite-quantity hybrid contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers. The contract is in support of Navy and other agencies' Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for installation, program management, maintenance, modernization and sustainment of RADMERC systems. The contract will also provide system security authorization support, and logistics and training services. This contract includes a five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $92,213,609. Work will be performed in various U.S. locations (80%), with work in locations outside the U.S. (20%) based on the requirement for each delivery order placed. Work is expected to be completed by August 2024. If the option is exercised, work could continue until August 2029. No funding is obligated on the contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on the first delivery order. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0006). Phoenix International Holdings Inc., Largo, Maryland, is awarded a $37,775,336 cost-plus-fixed fee bridge contract for Submarine Rescue Operations Maintenance contractor. The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the submarine rescue systems. The contractor will provide appropriate and sufficient personnel and services necessary to mobilize and operate the submarine rescue systems that support the response requirements. The contractor is responsible to ensure the Navy's submarine rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis. This contract includes one option, which, if exercised, would bring the cumulative value of this contract to $40,828,728. Work will be performed in San Diego, California, and is expected to be complete by June 2020. If the option is exercised, work will continue through August 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $2,100,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one 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 (N00024-19-C-4307). DynCorp International LLC, McLean, Virginia, is awarded a $27,079,693 indefinite-delivery/indefinite-quantity contract for base operations support (BOS) services at Naval and Defense Intelligence Agency Facilities in Washington, District of Columbia; Maryland; and Virginia. The BOS services to be performed include: general information, management and administration, supply services, facility management, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and utility management, chiller plant, and transportation services. The maximum dollar value including the base period and six option periods is $173,819,122. Work will be performed in Washington, District of Columbia (54%); Maryland (32%); and Virginia (14%), and is expected to be completed by May 2026. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $23,355,530 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 six proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2013). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $25,252,703 for modification P00052 to previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee contract N00019-16-C-0004. This modification is for an F-35 Lightning II Joint Strike Fighter regional maintenance repair and upgrade facility for the Government of Japan under the Foreign Military Sales (FMS) program. Work will be performed in Nagoya, Japan (65%); Ft Worth, Texas (26%); Greenville, South Carolina (7%); Orlando, Florida (2%); and El Segundo, California (1%), and is expected to be completed no later than September 2022. FMS funds in the amount of $25,252,703 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $50,871,700 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for production, integration, fielding, and training of the Huntsman secure network radio. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2022. U.S. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0041). Lockheed Martin Rotary Mission Systems, Owego, New York, was awarded a $42,734,799 hybrid (firm-fixed-price and fixed-price-incentive) domestic and Foreign Military Sales (United Kingdom) contract to procure Modernized Radar Frequency Interferometer kits and spares. One bid was solicited with one bid received. Work will be performed in Owego, New York, with an estimated completion date of July 31, 2022. Fiscal 2017, 2018 and 2019 aircraft procurement, Army and foreign military sales funds in the combined amount of $42,734,199 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0634). DLT Solutions, Herndon, Virginia, was awarded a $15,928,239 firm-fixed-price contract for the procurement of multiple Red Hat software items. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug, 23, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,928,239 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-F-0117). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,678,125 modification (P00070) to contract W56HZV-13-C-0319 for facilities modifications at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $14,678,125 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,473,340 firm-fixed-price contract for the overhaul of a minimum of the fuel control main for the CH-47 Chinook helicopter. 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. 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0640). Trident Technologies LLC,* Huntsville, Alabama, was awarded a $7,450,142 modification (0001 35) to contract W31P4Q-16-A-0018 to provide Non-Standard Rotary Wing Aircraft Project Office programmatic support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 25, 2020. Fiscal 2019 Foreign Military Sales funds in the combined amount of $7,450,142 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY BAE Systems, Nashua, New Hampshire, has been awarded a maximum $83,934,598 firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee contract for the AN/AAR-57A(V) Common Missile Warning System. 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 five-year contract with no option periods. Location of performance is New Hampshire, with an Aug. 26, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds; and Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0075). General Electric Co., Lynn, Massachusetts, has been awarded a $42,846,000 firm-fixed-price delivery order (SPRPA1-19-F-QH07) against a five-year basic ordering agreement (FA8122-19-G-0001) for combustion chambers. This is a 42-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S .Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Massachusetts, with a Feb. 28, 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. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Packet Forensics LLC, Virginia Beach, Virginia, was awarded a $10,000,000 modification (P00004) to previously awarded HR0011-18-C-0056 for the Defense Advanced Research Projects Agency Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) research project. The modification brings the total cumulative face value of the contract to $21,200,000 from $11,200,000. Work will be performed at Virginia Beach, Virginia, with an expected completion date of August 2020. Fiscal 2019 research and development funds in the amount of $10,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1945395/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 20, 2019

    20 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 20, 2019

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $379,377,099 firm-fixed-price requirements contract for maintenance, repair and consumable material support for the V-22 platform. 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 five-year base contract with one five-year option period. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 20, 2024, performance completion date. Using military services are Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-20-D-9401). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $232,003,560 firm-fixed-price delivery order (SPRPA1-20-D-000U) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for the AH64 CH47 Global Material Support Program. 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 five-year base contract with one four-year option period. Locations of performance are Missouri and Arizona, with a Nov. 18, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MOOG Inc., East Aurora, New York, has been awarded a maximum $13,658,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation pneumatic accumulators. This was a limited competitive acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0007). NAVY Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is awarded a $92,205,970 firm-fixed-price modification (P00008) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N68335-18-C-0681). This modification exercises an option to procure 34 electronic Consolidated Automated Support System (eCASS) units to include 32 for the Navy and two for the government of Kuwait. Additionally, this modification procures eCASS related equipment such as self-maintenance and test/calibration operational test program sets, calibration equipment suites/kits, rack rail kits, shore installation kits and ship installation kits in support of the Navy and the government of Kuwait. Work will be performed in Orlando, Florida, and is expected to be completed in December 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $92,205,970 will be obligated at time of award, $641,592 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded an $84,769,892 fixed-price-incentive (firm target) and firm-fixed-price contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile (ESSM) Block 2 low rate initial production (LRIP) requirements. This contract modification will procure the remaining materials in support of the ESSM FY20 LRIP Lot 3 all up rounds and spares requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio, are less than 1% each and make up the remaining 2%. Work is expected to be complete by June 2023. Fiscal 2020 weapons procurement (Navy) funding in the amount of $84,769,892 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $56,255,635 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise the second option period for base operating support services at Camp Lemonnier, Djibouti. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment and environmental services to provide base operating support services. After award of this option, the total cumulative contract value will be $188,808,738. Work will be performed at various installations in the territory of Djibouti, Africa, and other areas within Africa, and work is expected to be completed November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy), contract funds in the amount of $56,255,635 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,597,891 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support and required long lead materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by September 2021. Fiscal 2020 other procurement (Navy); and 2019 shipbuilding and conversion (Navy) funding in the amount of $46,832,561 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 Navy Yard, Washington, District of Columbia, is the contracting activity. SeaFix Inc., Saipan, Marianas Protectorate, is awarded a not-to-exceed $15,214,417 firm-fixed-price, cost-reimbursement, indefinite-delivery/indefinite-quantity contract with a four-year ordering period for Navy Watercraft Afloat Maintenance Services. This contract provides for full range of logistics support services to include maintenance and associated material management for Afloat Navy Lighterage in support of the Marine Corps Prepositioning Program and deployed forces world-wide. This contract includes one six-month option period which, if exercised, would bring the cumulative value of this contract to $18,930,294. Work will be performed outside the continental U.S. aboard Military Sealift Command Ships (98%), primarily in Guam, Saipan, Diego Garcia and South Korea; and in Jacksonville, Florida (2%). Work is expected to be completed Jan. 14, 2024. If all options are exercised, work will continue through July 14, 2024. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively solicited and procured via the Federal Business Opportunity website as a total HUBZone set-aside, with two offers received. The Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-20-D-0002). Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $13,046,971 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of gallium nitride full rate production diminishing manufacturing sources and communications equipment group shelter integration in Lot One in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Baltimore, Maryland, and is expected to be complete by May 2, 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $13,046,971 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded an $11,161,336 cost-plus-award-fee modification to previously-awarded contract N00024-16-C-2302 to exercise options for the USS Billings (LCS 15) post-shakedown availability. Post-shakedown availabilities (PSA) are accomplished within a period of approximately 10-16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) funding obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2021. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $1,431,018; fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,431,015; and fiscal 2020 other procurement (Navy) funding in the amount of $202,227 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded an $8,639,459 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Four under an IDIQ contract for custodial services at U.S. Naval Academy complex. The work to be performed provides for custodial services such as trash removal, cleaning, vacuuming, floor cleaning and scrubbing, re-lamping, specialized cleaning of the John Paul Jones Crypt, and basketball floor installation and removal. After award of this option, the total cumulative contract value will be $41,707,319. Work will be performed in Annapolis, Maryland. This option period is from December 2019 to November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $8,639,459 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity (N40080-16-D-0303). ARMY SAF Inc.,* Akron, Ohio (W91237-20-D-0001); and A&H - AMBICA JV LLC,* Livonia, Michigan (W91237-20-D-0002), will compete for each order of the $49,000,000 firm-fixed-price contract for an indefinite-delivery contract for design-build and design-bid-build construction projects. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. SIG Sauer Inc., Newington, New Hampshire, was awarded a $10,000,000 firm-fixed-price contract for procurement of .300 Winchester Magnum Ammunition. 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 Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0003). CSRA,* Huntsville, Alabama, was awarded a $9,178,300 modification (0029 42) to contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $9,178,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE CORRECTION: The Nov. 13, 2019, announcement of a $32,266,994 modification to ManTech International Inc., Fairfax, Virginia, exercising Option Year One to previously awarded contract FA8819-18-C-1001 for security support, included the wrong modification number. The correct modification number is P00018. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2021006/source/GovDelivery/

Toutes les nouvelles