3 avril 2020 | International, Aérospatial

Missile Defense Agency to inject competition into homeland missile defense contract

By: Jen Judson

WASHINGTON — The U.S. Missile Defense Agency plans to hold a competition that could split up the work among contractors to modernize and sustain America's missile defense system, which is designed to destroy intercontinental ballistic missile threats.

Boeing has held the development and sustainment contract for the Ground-based Midcourse Defense systems in place at Fort Greely, Alaska, and Vandenberg Air Force Base, California. Boeing's contract is set to expire in 2023.

The GMD system is made up of more than 44 Ground-Based Interceptors buried in silos in the ground along with ground control stations, detection and fire control systems, and other support infrastructure.

Boeing received a sole-source $6.6 billion award in 2018 to build a new silo and 20 more GBIs, as well as to sustain the system.

But Vice Adm. Jon Hill, the MDA's director, told an audience in March at an Association of the U.S. Army event that “we know that contract is not giving us everything that we need for the future, so we are going to compete that contract downstream.”

The agency is working to develop a Next-Generation Interceptor that would replace the current GBIs with more capable interceptors. Its plan to upgrade the GBI's exoatmospheric kill vehicle with a redesigned version was canceled in 2019 due to technical problems. Rather than rework that program, the agency decided to design an entirely new interceptor and stop building new GBIs.

A request for proposals for the NGI is due imminently.

But along with a new NGI, “we are going to make sure that ground systems, sensors and fire control, all the rest of the system, we have the opportunity to inject that competition because I think that is very important,” Hill said.

The MDA previously considered splitting up the contract several times, believing that would reduce cost and create efficiency in the program, but nothing materialized toward that goal.

This time, the MDA has released two requests for information with the possibility of splitting up the contract. The most recent RFI was posted on Beta.Sam.Gov in March.

“I will tell you that our lead system integrator does a great job today and the partnerships with industry within that construct do a great job, but we think that it's so large and complex we should be doing everybody a favor by being able to split that up without losing the integration among all those pieces,” Hill said, “so our intent is to move in that direction.”

The agency “is exploring different approaches for fulfilling the GMD Program Element requirements. Acquisition approaches under consideration range from an award of multiple contracts to execute segments/missions of the program scope to a single contract to execute the entirety of the program scope,” the RFI states. “Essential to all of the acquisition approaches under consideration is the establishment of an enduring arrangement strategy for the execution of the [Weapon Systems Integration (WSI)] functions across the program lifecycle, either under a single prime contract, or as one of the multiple contracts.”

The RFI lays out a possible plan to split up the contract into five pieces. One contractor would provide the NGI, which is being addressed through a separate request for proposals. Another would be responsible for legacy and future ground systems, and another for sustaining the existing GBIs.

And a company would operate the weapon system along with military operators and would run fleet maintenance scheduling and deconfliction, site operations, test support, and depot and parts management, the RFI lays out.

Lastly, a contractor would serve as the weapon systems integrator, making it responsible for overall GMD integration “including physical and logical integration of the GMD components, GMD system and MDA enterprise level integration, planning and execution of all necessary testing to verify and validate overall requirements compliance,” the RFI states.

Responses to the RFI are due April 10.

https://www.defensenews.com/pentagon/2020/04/02/missile-defense-agency-to-inject-competition-into-homeland-missile-defense-contract/

Sur le même sujet

  • Contract Awards by US Department of Defense - November 9, 2020

    10 novembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 9, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $657,200,000 undefinitized contract action modification (P00025) to contract FA8634-18-C-2701 for the F-15Q Qatar program. The contract modification provides a comprehensive sparing program and contractor logistics support for the sustainment of the F-15QA aircraft. Logistical support for training devices and administrative costs are also included in this modification. Work will be performed in Al-Udeid Air Base, Qatar. Foreign Military Sales funds in the amount of $55,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $8,040,659,061. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, has been awarded a $258,311,000 firm-fixed-price contract for Evolved Strategic Satellite Communication (ESS) contract. This contract will develop a prototype payload and conclude in a hardware and software in-the-loop, end-to-end demonstration. Work will be performed in Denver, Colorado, and is expected to be completed June 2025. This contract is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $29,447,172 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-21-C-0015). Raytheon Integrated Defense Solutions, Tewksbury, Massachusetts, has been awarded a $77,639,897 fixed-price, incentive-firm contract with firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable and time and material contract line item numbers for the Qatar Air Operations Center (AOC) upgrade. The contract is to upgrade the AOC and alternate AOC (AAOC), which includes the procurement of hardware and software, engineering services, installation, integration, and testing of AOC and AAOC components, end-user training, spares and help desk support outside the continental U.S. Work will be performed in Tewksbury, Massachusetts; and Al Udeid Air Base, Qatar, and is expected to be completed March 31, 2025. This award is the result of a directed sole-source acquisition. Foreign Military Sales funds in the amount of $77,639,897 are obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0005). Raytheon Co., Fort Wayne, Indiana, has been awarded a $33,899,323 cost-plus-fixed-fee contract to the Airborne Warning and Control System (AWACS) Combat Identification (CID) Alpha Phase One effort. This contract upgrades the current AWACS System to meet evolving threat capabilities and to address diminishing manufacturing sources material shortages issues with the currently fielded AWACS System. Work will be performed at Raytheon in Fort Wayne, Indiana, and is expected to be completed May 2022. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds have been obligated in the amount of $4,864,480 prior to definitization. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0016). Space Exploration Technologies Corp., Hawthorne, California, has been awarded $29,643,567 in firm-fixed-price task orders under the National Security Space Launch Phase 2 contract. These task orders provide early integration studies and fleet surveillance for non-national security space missions. Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 19, 2021. Fiscal 2020 missile procurement funds in the amount of $7,307,274; and fiscal 2020 space procurement funds in the amount of $22,336,293 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0002). NAVY General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $138,545,759, firm-fixed-price contract for the execution of the USS New York (LPD 21) fiscal 2021 docking selected restricted availability (DSRA). This availability will include a combination of maintenance, modernization and repair of the USS New York (LPD 21). This is a Chief of Naval Operations scheduled DSRA. The purpose is to maintain, modernize, and repair the USS New York (LPD 21). This is a “long-term” docking availability and was solicited on a coast-wide (East and Gulf coasts) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS New York (LPD 21). This contract includes options which, if exercised, would bring the cumulative value of this contract to $161,341,858. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $138,545,759 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website; two competitive proposals were received in response to Solicitation No. N00024-20-R-4417. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4417). Three Wire Systems LLC, Falls Church, Virginia, is awarded a multiple-award, firm-fixed-price Department of Defense Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contract GS-35F-0300T. The estimated overall value of this BPA is $74,500,000. DOD ESI is a joint DOD project to streamline the acquisition process and provide information technology (IT) products and selected services that are compliant with applicable standards and represent the best value for DOD. Under ESI, the DOD leverages aggregate buying power to establish enterprise agreements with IT manufacturers and resellers for high demand, commercial off-the-shelf IT products and services. This awardee will join the rest of the fiscal 2018 multiple awardees Carahsoft (Reston, Virginia); Immix (McLean, Virginia); and Alamo City Engineering Services (San Antonio, Texas), to provide commercially available Forescout brand-name software licenses, proprietary appliances, and maintenance support to the DOD, intelligence community, and Coast Guard. The products offered through this BPA will meet functional requirements and capabilities in the following categories: Forescout Integration Modules, CounterAct, Forescout Training and Solution Support, and ActiveCare Support Services. The ordering period will be from Nov. 9, 2020, to Dec. 20, 2022. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated via delivery orders using operation and maintenance (DOD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. One offer was received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-A-0030). ESG Aerosystems Inc., Starke, Florida, is awarded a $64,773,941 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to develop a curriculum and facilitate training for P-3 aircrew positions including copilots, patrol plane commander, instructor pilot, flight engineer, instructor flight engineer, and flight currency training in support of Naval Education and Training Security Assistance Field Activity's applicable field units and other program offices and stakeholders. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed in Starke, Florida (80%); and Jacksonville, Florida (20%). This effort is 100% funded by Federal Republic of Germany funds under the Foreign Military Sales program. Funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation (FAR) 5.202(a)(3) with one offer received under authority of FAR 6.302-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z007). AERMOR LLC,* Virginia Beach, Virginia, is awarded $44,913,739 for a firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test & Evaluation Force Surface Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $49,901,968. The base ordering period is expected to be completed by November 2025. If the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity (N00189-21-D-G001). L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $10,364,080 modification (P00024) to a previously awarded firm-fixed-price contract (N00019-18-C-1030). This modification exercises options to procure six AN/SRQ-4 kits and associated components for the MH-60 Common Data Link system for Foreign Military Sales (FMS) customers. Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022. FMS funds in the amount of $9,560,101 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. William Marsh Rice University, Houston, Texas, is awarded an 18-month contract option valued at $9,776,246 under an existing cost-reimbursement contract (N66001-19-C-4020) for development of a high resolution neural interface that does not require surgery. The Next-Generation Non-Surgical Neurotechnology program seeks to broaden applicability of neural interfaces to facilitate multi-tasking at the speed of thought and interface with smart decision aids to achieve a neural link capable of high spatial and temporal resolution currently only possible using surgically implanted devices. Exercise of this option increases the overall value of this contract to $13,805,336. Work will be performed at the contractor's facilities in Houston, Texas (29%); Waco, Texas (33%); New York, New York (20%); New Haven, Connecticut (15%); and Durham, North Carolina (3%). The period of performance is from Nov. 9, 2020, through May 31, 2022. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of $2,888,123 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Nineteen proposals were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-C-4020). Barnhart-Reese Construction Inc.,* San Diego, California, is awarded a firm-fixed-price task order (N6247321F4085) at $8,061,699 under a multiple award construction contract for design-build repair/renovation of Mess Hall Building 2403 at Marine Corps Base Camp Pendleton. The task order also contains two planned modifications which, if exercised, would increase the cumulative task order value to $8,120,128. The scope of work includes replacement of plumbing systems and floor finishes, reconfiguring kitchen and serving spaces to align with current serving methodologies, removing wasted storage and office areas, relocating portable refrigerated reefers to the interior of the existing facility, replacing broken heating, ventilation and air conditioning, and cooling condensers in the food preparation areas, and removing disused built-ins. The planned modifications, if issued, provide for furniture, fixtures, and equipment and audio/visual. Work will be performed in Oceanside, California, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,061,699 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). L-3 Electron Devices Inc., Torrance, California, is awarded a $7,860,000 for a firm-fixed-price delivery order (N00383-21-F-NR00) under a previously awarded basic ordering agreement (N00383-18-G-NR01) for the repair of the guided traveling wave tube in support of the F/A-18 aircraft. All work will be performed in Torrance, California and is expected to be completed by February 2021. Fiscal 2021 working capital (Navy) funds in the full amount of $7,860,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2410227/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 19, 2021

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

    Contract Awards by US Department of Defense - January 19, 2021

    DEFENSE LOGISTICS AGENCY US Foods Inc., Port Orange, Florida, has been awarded a maximum $390,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are Florida, Cuba and Bahamas, with a Jan. 18, 2026, ordering period end date. Using military services are Marine Corps, Air Force, Navy and Army. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3312). Federal Prison Industries Inc.,** Washington, D.C., has been awarded a maximum $24,708,000 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-F056) with four one-year option periods for various types of trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas, Alabama, Mississippi and Washington, D.C., with a Jan. 20, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY General Dynamics Electric Boat, Groton, Connecticut, is awarded a $41,554,227 cost-plus-fixed-fee contract for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. This contract includes options which, if exercised, would bring the cumulative value of this contract to $305,521,179. Work will be performed in Groton, Connecticut (96.1%); Bremerton, Washington (1.7%); Kings Bay, Georgia (1.7%); and Newport, Rhode Island (0.5%), and is expected to be completed by September 2021. If all options are exercised, work will continue through September 2025. Fiscal 2021 research, development, test and engineering (Navy) funds in the amount of $250,000 (80%); and 2020 research, development, test and engineering (Navy) funds in the amount of $63,000 (20%), will be obligated at time of award, of which funding in the amount of $63,000 will expire at the end of the current fiscal year. This contract was not competitively procured and is a sole-source award pursuant to 10 U.S. Code 2304(c)(3) – Industrial Mobilization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Sundance-EA Associates II,* Pocatello, Idaho, is awarded a maximum-value $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for environmental compliance services at Joint Region Marianas, Guam. The work to be performed is for a full range of environmental support activities for naval installation environmental compliance programs to ensure the supported components, tenant commands and facilities and contractor operations demonstrate and maintain compliance with all applicable federal, U.S. territory, and local statutes, and with Department of Defense and Navy policies, permits, instructions and guidance. Environmental compliance programs include clean air, safe drinking water, clean water, hazardous waste, pollution prevention, solid waste management, pesticide compliance, emergency planning and community right-to-know act, ozone-depleting substances management, storage tank management, environmental quality assessment, environmental sampling and analysis and overall environmental compliance oversight. Future task orders will be primarily funded by operation and maintenance (Navy) funds. Work will be performed in the Joint Region Marianas area of responsibility and is expected to be completed by January 2026. Work under the initial task order will be performed in Guam and is expected to be completed by January 2022. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $1,447,016 will be obligated under the initial task order at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with six proposals received. The Naval Facilities Engineering Systems Command, Marianas, Guam, is the contracting activity (N40192-21-D-1820). Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $29,776,196 firm-fixed-price, cost-plus-fixed-fee order (N00019-21-F-0064) against previously issued basic ordering agreement N00019-20-G-0005. This order procures five aerial refueling retrofit kits and installation on the E-2D Advanced Hawkeye. Work will be performed in Ronkonkoma, New York (44.53%); Baltimore, Maryland (16.62%); Irvine, California (6.48%); Hauppauge, New York (5.85%); Columbia, Maryland (4.75%); Dorset, England (3.17%); East Aurora, New York (2.64%); North Hollywood, California (2.02%); and various locations within the continental U.S. (13.94%), and is expected to be completed in May 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $29,776,196 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 Range Generation Next LLC, Sterling, Virginia, has been awarded a $14,600,345 cost-plus-fixed-fee modification (P000327) to contract FA8806-15-C-0001 for a telemetry end-to-end processing system. This modification supports an increase in launch and test range requirements. Work will primarily be performed at Eastern Range, Patrick Air Force Base, Florida; Cape Canaveral Air Station, Florida; and Kennedy Space Center, Florida, and is expected to be completed May 11, 2023. Fiscal 2020 Air Force space procurement funds in the full amount are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity. ARMY Transportation Management Services Inc., Sandy Spring, Maryland, was awarded a $13,874,720 firm-fixed-price contract to provide transportation services throughout the National Capital Region from Jan.16, 2021, through Jan. 31, 2021. Bids were solicited via the internet with eight received. Work will be performed in Washington, D.C., with an estimated completion date of Jan. 31, 2021. Fiscal 2021 operation and maintenance (National Guard) funds in the amount of $13,874,720 were obligated at the time of the award. U.S. Army National Guard Bureau, Operational Contracting Division, Arlington, Virginia, is the contracting activity (W912R1-21-F-0002). *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2476202/source/GovDelivery/

  • Raytheon gets $2 bln U.S. Air Force contract for nuclear cruise missile

    5 juillet 2021 | International, Aérospatial

    Raytheon gets $2 bln U.S. Air Force contract for nuclear cruise missile

    Raytheon Technologies Corp (RTX.N) has been awarded an about $2 billion contract by the U.S. Air Force to develop and make a nuclear-armed cruise missile, the U.S. aerospace maker said on Thursday.

Toutes les nouvelles