7 septembre 2023 | International, Naval

Marines to test out first stern landing vessel at Project Convergence

Five companies are building competitive prototypes, and the Marines will select one to fulfill the Landing Ship Medium program within the next two years.

https://www.defensenews.com/naval/2023/09/07/marines-to-test-out-first-stern-landing-vessel-at-project-convergence/

Sur le même sujet

  • Update: US Air Force seeks information on maritime strike weapon

    17 août 2020 | International, Naval

    Update: US Air Force seeks information on maritime strike weapon

    by Pat Host The US Air Force (USAF) is conducting market research into kinetic weapons capable of engaging and defeating maritime surface vessels, according to a 24 July request for information (RFI) posted on the federal contracting website beta.sam.gov. No further details were available with the public version of the RFI, which had a version classified secret by the Air Force Life Cycle Management Center (AFLCMC) armament systems development division. USAF spokesperson Ilka Cole said on 10 August that while the specific capabilities sought are classified, the service seeks information on any kinetic weapon capable of engaging and defeating maritime surface vessels. An expert believes that this RFI is the USAF's effort to capture weapons compatible with the Lockheed Martin F-35 Lightning II Joint Strike Fighter (JSF) that are not the Lockheed Martin AGM-158C Long Range Anti-Ship Missile (LRASM) nor the Raytheon-Kongsberg Defense Systems Joint Strike Missile (JSM) air-launched anti-ship weapon being developed for the F-35. Bryan Clark, senior fellow at the Hudson Institute think tank in Washington, DC, told Janes on 31 July that the LRASM will probably not be compatible with the F-35 as the stakeholders have not been able to integrate it on to the aircraft for internal carriage due to the weapon's large size. Lockheed Martin spokesman Brett Ashworth said on 12 August that the company is investing in F-35 integration efforts for LRASM and the AGM-158B Joint Air to Surface Standoff Missile-Extended Range (JASSM-ER). He said there is operator interest in both weapons and the company is working to ensure outstanding weapon stand-off and effects. https://www.janes.com/defence-news/news-detail/update-us-air-force-seeks-information-on-maritime-strike-weapon

  • Contract Awards by US Department of Defense - May 06, 2020

    7 mai 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - May 06, 2020

    DEFENSE LOGISTICS AGENCY Intuitive Surgical Inc., Sunnyvale, California, has been awarded a maximum $420,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical robots, instruments and their related accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 105 responses received. Location of performance is California, with a May 5, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-20-D-0006). Hartford Provision Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $49,473,750 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Locations of performance are Massachusetts, Rhode Island and Connecticut, with a May 6, 2024, performance completion date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3271). The Will-Burt Co., Orrville, Ohio, has been awarded a maximum $43,186,213 fixed-price long term contract for masts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Ohio, with a May 5, 2025, performance completion date. Using military services are Army, 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 Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0078). CORRECTION: The contract announced on April 29, 2020, for Raytheon Co., Andover, Massachusetts (SPRRA2-20-C-0023), for $13,688,190 was announced with an incorrect award date. The correct award date is May 4, 2020. NAVY Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded an $187,126,853 modification to previously awarded contract N00024-18-C-2106 to prepare and make ready for the refueling complex overhaul (RCOH) of USS John C. Stennis (CVN 74). Work will be performed in Newport News, Virginia (65%); and Norfolk, Virginia (35%). This modification will extend the period of performance for continued advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, development of cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, pre-overhaul preparations, refueling preparations and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. Work is expected to complete by January 2021. This modification constitutes the award of an existing option for an additional six months of effort. The original contract and this modification will be accomplished by Huntington Ingalls Industries Inc., Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Industries Inc. is the original building yard contractor for all ships of the CVN-68 class, the reactor plant planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the CVN 74 RCOH. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $187,126,853 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $29,059,944 modification (P00172) to previously awarded firm-fixed-price contract N00019-14-C-0067 for the production and delivery of 10 P-8A A-kits, 10 turret deployment units and eight mechanism units in support of Lot 10 P-8A production aircraft. Work will be performed in Seattle, Washington (91%); and Mesa, Arizona (9%), and is expected to be complete by January 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,059,944 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. W.M. Jordan Co. Inc., Newport News, Virginia, is awarded $26,929,000 for firm-fixed-price task order N40085-20-F-5271, under a multiple award construction contract for the design-build repair and renovation of Bachelor Enlisted Quarters Building (BEQB) 3609, Joint Expeditionary Base, Little Creek-Fort Story, Virginia. Work will be performed in Virginia Beach, Virginia. The work will provide for the design and construction renovation of BEQB 3609 to meet current quality standards and facility criteria for unaccompanied housing for the Navy. The site and building will be modified to meet anti-terrorism force protection requirements. Major building systems such as plumbing, heating, ventilation, and air condition, electrical and fire protection will be replaced with new systems. Work is expected to be complete by October 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $26,929,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9089). L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $12,719,770 cost-plus-fixed-fee and cost contract for engineering services and capability development in support of the Undersea Warfare and Surface Warfare systems. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Newport, Rhode Island (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be complete by April 2021. If all options are exercised, work will continue through April 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $69,458,660. This contract combines purchases for the Navy (98%) and the government of Japan (2%) under the Foreign Military Sales (FMS) program. Fiscal 2020 research, development, test and evaluation (Navy); 2020 operations and maintenance (Navy); 2020 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $6,142,292 will be obligated at time of award. Funding in the amount of $1,191,829 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5211). The Boeing Co., Seattle, Washington, is awarded a $7,039,596 cost-plus-fixed-fee order (N00019-20-F-0647) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering for the design, fabrication and correction of deficiencies required for the delivery and installation of retrofit kits for Navy P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities. Work will be performed in Puget Sound, Washington. The P-8A ECP 6 provides a significant modification to the baseline aircraft, installing new airframe racks, radomes, antennas, sensors and wiring, while incorporating a new combat system suite with an improved computer processing and security architecture capability at the higher than secret level, a wide band satellite communication system, an anti-submarine warfare signal intelligence capability, a minotaur track management system and additional communications and acoustics systems to enhance search, detection and targeting capabilities. Work is expected to be complete by May 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,039,596 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 Stantec Consulting Services Inc., Lexington, Kentucky, was awarded a $45,000,000 firm-fixed-price contract for U.S. Army Corps of Engineers Dam Safety Modification Mandatory Center of Expertise, national dam and levee safety, and geotechnical services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 5, 2025. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-D-0010). Thomas Instrument Inc.,* Brookshire, Texas, was awarded an $8,788,301 firm-fixed-price contract for maintenance and overhaul of UH-60 Blackhawk helicopters. 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 May 6, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0368). AIR FORCE Space Exploration Technologies Corp., Hawthorne, California, has been awarded an $8,904,146 firm-fixed-price modification (P00007) to contract FA8811-19-C-0004 for non-National Security Space (NSS) Fleet surveillance. This contract provides for non-NSS Fleet surveillance efforts across the Space Exploration family of launch vehicles for non-NSS missions. The location of performance is Hawthorne, California; Vandenberg, California; and Cape Canaveral Air Force Space Station, Florida. The work is expected to be completed by Nov. 8, 2020. Fiscal 2019 missile procurement funds in the amount of $2,226,037; and fiscal 2019 space procurement funds in the amount of $6,678,110 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-C-0004). AT&T Government Solutions Inc., Oakton, Virginia; and El Segundo, California, has been awarded a $8,449,798 modification (P00047) to contract FA8819-15-F-0005 for continued mission support services to the Space Force, Air Force Space and Missile Systems Center, Special Programs Directorate. Work will be performed at Los Angeles Air Force Base, California; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,976,668; fiscal 2020 operations and maintenance funds in the amount of $453,295; and fiscal 2019 Space production funds in the amount of $76,500 are being obligated at the time of award. Total cumulative face value of the contract is $54,074,819. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2178741/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 06, 2020

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

    Contract Awards by US Department of Defense - July 06, 2020

    DEFENSE LOGISTICS AGENCY Raytheon Co., Andover, Massachusetts, has been awarded a $6,000,000,000 modification (P00102) to six-year base contract SPRBL1-15-D-0017 with one four-year option period, to add an additional year of performance and increase funding for depot-level repairables and consumable spare parts, as well as repair and engineering services for multiple weapon systems. This modification increases the contract ceiling from $2,000,000,000 to $8,000,000,000. 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 an indefinite-delivery/indefinite-quantity contract with both fixed-price and cost elements. Location of performance is Massachusetts, with a Sept. 27, 2021, ordering period end date. Using customer is the Department of Defense. Type of appropriation is fiscal 2020 through 2021 Army working capital funds and other procurement funds as necessary. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland. Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $14,220,050 modification (P00006) exercising the second one-year option period of one-year base contract SPE1C1-18-D-1069 with two one-year option periods for physical fitness uniform trunks. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Washington, D.C.; Minnesota; Colorado; Louisiana; Kentucky; and New Jersey, with a July 11, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Melton Sales & Service,* Columbus, New Jersey, has been awarded a maximum $10,093,553 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transfer transmissions. 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 three-year contract with no option periods. Location of performance is New Jersey, with a July 6, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0117). Bridgestone Americas Tire Operations LLC, doing business as GCR Tire Service, Phoenix, Arizona, has been awarded a maximum $8,709,450 firm-fixed-price requirements contract for M870 series low bed semitrailer wheel pneumatic tires. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Arizona, with a July 5, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0096). NAVY Vigor Marine LLC, Portland, Oregon, is awarded a $133,406,869 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS McCampbell (DDG 85) chief of naval operations scheduled depot maintenance availability. This contract includes options which, if exercised, will bring the cumulative value of this contract to $155,621,173. Work will be performed in Portland, Oregon. USS McCampbell will receive comprehensive modernization for DDG 51 class ships to ensure a mission relevant service life. These improvements will include hull, mechanical and electrical technology insertion; as well as provide critical warfighting improvements, such as upgraded machinery control system, integrated bridge and navigation system (to include physical throttles); advanced galley upgrade; wireless communications and digital video surveillance system upgrade; upgrade to a fiber optic local area network backbone; AEGIS baseline 9 upgrade (that includes updated guns weapons system); enhanced Vertical Launching System; multi-mission signal processor; and Ballistic Missile Defense 5.0 upgrade. Work is expected to be completed by November 2021. Fiscal 2020 operation and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $154,319,412 will be obligated at time of award. Funds in the amount of $21,166,210 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(3), this contract was not competitively procured. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-20-D-0550). Cubic Defense Applications Inc., Orlando, Florida, is awarded a $99,100,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract supports the Surface Training Immersive Gaming and Simulations effort and provides for the development, delivery and total life cycle support of a new virtual environment training system. Work will be performed in Orlando, Florida. Life cycle support of the new training systems includes updates, maintenance, upgrades and modifications to surface ship trainers and associated courseware to maintain fleet operational readiness. This system will be one of the pillars under the overall Surface Training Advanced Virtual Environment Program. Work is expected to be completed by July 2025. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and six offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0018). Jacobs/B&M JV, Pasadena, California, is awarded a $99,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services. This includes the design, engineering, specification writing, cost estimating and related services at various locations under the cognizance of then Naval Facilities Engineering Command (NAVFAC) Pacific. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of operations, including but not limited to, Guam and the Commonwealth of the Northern Marianas Islands (75%); Australia (15%); Hawaii (5%); and Diego Garcia (5%). The work to be performed provides for the preparation of region/Facilities Engineering Command team; DD Form 1391 project documentation; engineering studies; specifications utilizing the Department of Defense SpecsIntact program; cost estimates utilizing the micro-computer aided cost estimating system (second generation); design and engineering services for functional analysis and concept development; request for proposal (RFP) documentation for design-build projects; and RFP documentation, plans and specifications for design-bid-build projects. The term of the contract is not to exceed 60 months and is expected to be completed by July 2025. Fiscal 2018 military construction (planning and design) contract funds in the amount of $10,000 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 military construction (planning and design). This contract was competitively procured via the Navy Electronic Commerce Online website and two proposals were received. The NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0002). HDR Environmental, Operations and Construction Inc., Englewood, Colorado, is awarded a $75,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract to conduct marine species monitoring services and implement components of the Navy's Integrated Comprehensive Monitoring Program. No task orders are being issued at this time. The primary geographic area covered by this contract encompasses the Naval Facilities Engineering Command (NAVFAC) Atlantic and Pacific areas of operations. Additionally, tasks associated with this contract may be assigned anywhere in the world. The work to be performed will obtain services for performance of marine resources monitoring and program management in support of Navy environmental compliance and reporting requirements. Services may include, but are not limited to, literature review and data searches; aerial, shipboard, and/or underwater visual surveys; passive acoustic monitoring; assessments to determine potential impacts from military activities; behavioral studies and controlled exposure experiments; biopsy sampling; tagging and tracking; analysis of data and technical assistance to ensure legal compliance; preparation of necessary reports, consultation packages and permit applications; and management and coordination of complex projects with other Federal agencies, institutions and organizations spanning a wide range of geographic locations. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the beta.SAM.gov website, and two proposals were received. The NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0016). Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $34,749,670 modification (P00011) to previously-awarded fixed-price-incentive-firm contract N00019-18-C-1068. This modification provides for the production and delivery of 58 additional Lot 20 AIM-9X Block II all up round tactical missiles (29 for the Navy and 29 for the Air Force); an additional 61 Block II Captive Air Training Missiles (one for the Navy and 60 for the Air Force); an additional 35 all up round containers (12 for the Navy and 23 for the Air Force); and one lot of spares assets for the governments of Finland, Israel, the Netherlands, Norway, Singapore, Turkey and Poland. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed by July 2023. Fiscal 2020 missile procurement (Air Force) funds in the amount of $23,081,565; fiscal 2020 weapons procurement (Navy) funds in the amount of $11,021,806; fiscal 2019 missile procurement (Air Force) funds in the amount of $135,020; fiscal 2019 weapons procurement (Navy) funds in the amount of $40,506; fiscal 2018 missile procurement (Air Force) funds in the amount of $40,506; fiscal 2018 weapons procurement (Navy) funds in the amount of $13,502; and Foreign Military Sales funds in the amount of $416,765 will be obligated at the time of award, $54,008 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Avian-Precise Co.,* Lexington Park, Maryland, is awarded a $19,700,000 modification (P00006) to previously-awarded cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract N00421-18-D-0016. This modification provides sustainment engineering, training and tools in support of the Naval Air Systems Command engineering group. Work will be performed in Patuxent River, Maryland (91%); and Jacksonville, Florida (9%), and is expected to be completed by April 2023. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Signal Systems Corp.,* Millersville, Maryland, is awarded a $13,467,258 cost-plus-fixed-fee order (N68335-20-F-0324) against previously-issued basic ordering agreement N68335-20-G-1062. This order provides for advanced Small Business Innovation Research (SBIR) products for airborne anti-submarine warfare (ASW) and undersea warfare continued research and development efforts under SBIR Topic N04-007, "Continuous Active Sonar Signal Processing;" Topic N093-168, "Target Localization Using Multi-Static Sonar with Drifting Sonobuoys;" and Topic N101-005, "Spread Spectrum Techniques for Sonar Ping Technology." Work will be performed in Millersville, Maryland (83%); and Lexington Park, Maryland (17%). The applications to be further developed include acoustic ASW sensors and systems; telemetry and recording systems; signal and data processing; algorithm development; mathematical modeling; system and application prototyping; active and passive display enhancements; information assurance, anti-tampering and cybersecurity concepts; and techniques and analysis to predict the performance of the associated ASW systems. Work is expected to be completed by July 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $683,000 will be obligated at time of award, none 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. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,805,321 not to exceed, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for materials and engineering services required to develop and integrate technological improvements for the DDG-51 hull; mechanical and electrical machinery control systems (MCS); Littoral Combat Ship (LCS) Freedom class MCS; and Landing Helicopter Dock/A (LHD/A) MCS installed onboard current Navy ships in support of Naval Surface Warfare Center, Philadelphia Division. Work will be performed in Orlando, Florida (65%); the remaining (35%) will be performed in Baltimore, Maryland; Philadelphia, Pennsylvania; San Diego, California; Norfolk, Virginia; and Mayport, Florida, as determined by the individual task orders. The services under this contract will support the development, implementation, execution and life cycle sustainment of shipboard MCS for LCS class, LHD/A class and DDG class surface ship machinery control equipment and systems, as well as serve the Logistics Management Branch of the Naval Surface Warfare Center, Philadelphia Division. This statement of work requests highly specialized services that only Lockheed Martin can support. As such, Lockheed Martin has developed proprietary test scripts and test equipment to provide for delivery and support of MCS systems and components. Work is expected to be completed by July 2026. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $500 ($500 minimum guarantee for contract) will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured; there was one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0009). ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $10,260,921 modification (P00110) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 31, 2022. Fiscal 2020 Foreign Military Sales (Taiwan) funds in the amount of $10,260,921 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small Business **Mandatory Sour https://www.defense.gov/Newsroom/Contracts/Contract/Article/2261436/source/GovDelivery/

Toutes les nouvelles