30 janvier 2019 | International, Naval

More Missile Defense Ships, New Ground Deployments

By

WASHINGTON: A top Pentagon official on Tuesday said major upgrades being made to dozens of Navy destroyers to give them new missile defense capabilities will continue, even as Navy leadership bristles at having so many ships tied up hunting for missile launches.

The comments by James Anderson, assistant Defense secretary for strategy, plans and capabilities, came on the same day that Director of National Intelligence Dan Coats testified before Congress that US intelligence agencies assess North Korea is unlikely to completely give up its nuclear weapons and ballistic missile programs in any potential deal with Washington.

“The Navy does have this mission of ballistic missile defense,” Anderson said during a talk at the Brookings Institution. “It is one of their core missions and it will remain so.” The Navy currently has 38 Arleigh Burke-class Aegis destroyers in the fleet with missile defense capabilities, he noted, and has plans to convert “all Aegis destroyers to fully missile defense capable” status, meaning 60 ships will be able to perform the missile defense mission by 2023.

Just the day before Anderson's remarks, Chief of Naval Operations Adm. John Richardson complained again that he has ships sailing in “small boxes” protecting assets on land, when they should be out performing other missions.

“We've got exquisite capability, but we've had ships protecting some pretty static assets on land for a decade,” Richardson said. “If that [stationary] asset is going to be a long-term protected asset, then let's build something on land and protect that and liberate these ships from this mission.”

Full article: https://breakingdefense.com/2019/01/more-missile-defense-ships-new-ground-deployments

Sur le même sujet

  • Contract Awards by US Department of Defense - August 27, 2020

    27 août 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - August 27, 2020

    ARMY Avon Protection Systems Inc., Cadillac, Michigan (W911SR-20-D-0001); and Canadian Commercial Corp., Ottawa, Canada (W911SR-20-D-0002), will compete for each order of the $127,200,000 firm-fixed-price contract to qualify and procure M61 canisters for the Joint Service General Purpose Mask. 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 Aug. 26, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Vectrus Systems Corp., Colorado Springs, Colorado, was awarded an $116,821,426 modification (P00064) to contract W91RUS-13-C-0006 for continued support of critical operation, maintenance and defense of Army communications, which supports the Army Operational Base Communications Information Systems and infrastructure in support of U.S. Central Command forces. Work will be performed in APO Kuwait, APO United Arab Emirates, APO Afghanistan, APO Jordan, APO Bahrain, APO Iraq and APO Qatar, with an estimated completion date of Feb. 28, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $73,992,653 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $115,752,117 cost-plus-fixed-fee contract for system engineering and technical assistance support for the Center of Excellence, Space and Missile Defense School. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-20-F-5002). Aptim Aecom Decommissioning, Alexandria, Virginia, was awarded a $42,861,305 hybrid (cost-plus-incentive-fee and firm-fixed-price) contract for decommissioning and disposal activities for the Stationary Medium Power Plant Number 1 Reactor Facility in Fort Belvoir. Bids were solicited via the internet with four received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Sept. 1, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $42,861,305 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0031). Affolter Contracting Co. Inc.,* La Marque, Texas, was awarded a $12,364,000 firm-fixed-price contract furnishing all plant, labor, materials and equipment, and constructing the Upper Yazoo Projects in Tallahatchie County, Mississippi. Bids were solicited via the internet with two received. Work will be performed in Greenwood, Mississippi, with an estimated completion date of June 30, 2024. Fiscal 2020 civil construction funds in the amount of $12,364,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-20-C-0006). AIR FORCE Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract. This requirement is for a follow-on to continue performance of highly specialized technical services in support of product data systems, data management, migration processes and transformation initiatives. Work will be performed at Robins Air Force Base, Georgia, and is expected to completed May 9, 2024. This award is the result of a sole-source acquisition. The first order obligates fiscal 2020 operations and maintenance; and working capital funds in the amount of $19,847,079. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8571-20-D-0006). Olgoonik Enterprises LLC, St. Robert, Missouri, has been awarded a $75,000,000 firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for the Fort Riley, Kansas; and McConnell Air Force Base, Kansas, Sunflower Simplified Acquisition Base Engineering Requirements (SABER) to maintain facilities and infrastructure at both bases. This award is the result of a competitive acquisition and seven offers were received. Task orders will be funded either by Army or Air Force operations and maintenance (O&M) funds. The initial task order for this contract was funded by Army O&M funds in the amount of $334,749. Work will be performed at Fort Riley, Kansas; and McConnell AFB, Kansas, and is expected to be completed Sept. 25, 2025. The 22nd Contracting Squadron, McConnell AFB, Kansas, is the contracting activity (FA4621-20-D-0002). NAVY Leidos Inc., Reston, Virginia, is awarded a $58,905,547 modification (P00004) to previously awarded cost-plus-fixed-fee contract N00019-19-C-0051. This modification provides for the development of Adaptive Radar Countermeasure (ARC) Software/Firmware (SW/FW) capabilities and integration of ARC SW/FW on the AN/ALQ-214A electronic countermeasure host. ARC SW/FW supplements F/A-18C-F survivability in the presence of radio frequency guided surface-to-air and air-to-air weapons systems. Work will be performed in Arlington, Virginia (50%); Clifton, New Jersey (25%); Goleta, California (10%); St. Louis, Missouri (10%); Raleigh, North Carolina (3%); and Huntsville, Alabama (2%), and is expected to be completed in February 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $13,894,969 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. DZSP 21 LLC, Marlton, New Jersey, is awarded a $50,794,396 cost-plus-fixed-fee contract with one three-month base period and one three-month option period for base operating support (BOS) services at Joint Region Marianas. Work will be performed at various locations on the island of Guam, and is expected to be completed by February 2021. The work will provide facility and BOS for the following services: management and administration, port operations, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force and Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 Defense Commissary Agency contract funds in the amount of $23,319,610 are obligated on this award, and all will expire at the end of the current fiscal year. This contract was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-20-C-3603). Nexagen Networks Inc.,* Morganville, New Jersey, is awarded a $45,970,509 single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide subject matter expertise in the areas of program management; development management; operation support; systems engineering support; systems administration; information assurance; network security; configuration management; service desk support; web application development and technical writing in support of the management and operation of the coalition and allied programs and the Naval Tool for Interoperability and Risk Assessment under Naval Information Forces. The contract will include a five-year 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 value to $49,700,700. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by March 2026. Work will be performed in Suffolk, Virginia (60%); Norfolk, Virginia (20%); Honolulu, Hawaii (15%); and various continental U.S. locations (5%). Fiscal 2020 operations and maintenance (Navy) (OMN) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Annual OMN funds will be obligated as individual task orders are issued. This contract was competitively procured as a small business set-aside pursuant to the authority set forth in Federal Acquisition Regulation 16.504 and solicited through Navy Electronic Commerce Online and the Federal Business Opportunities websites, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0027). Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $35,317,218 cost-plus-incentive-fee order (N00019-20-F-0358) against basic ordering agreement N000019-19-G-0029. This order procures labor and hardware for the development of preliminary software for Phase 2 Network Enabled Weapons (NEW) capabilities. Specifically, this order provides software coding, testing and integration of NEW into a software development branch of the MH-60R/S software configuration with a merge into MH-60R/S fleet release baseline after the capability has established maturity. Work will be performed in Owego, New York, and is expected to be completed in August 2023. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,761,000 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. RQ Construction LLC, Carlsbad, California, is awarded a $33,146,000 firm-fixed-price task order (N62473-20-F-5288) under a multiple award construction contract for the design and construction of a new child development center (CDC) complex at Marine Corps Air Station (MCAS) Miramar. The task order also contains one planned modification, which if exercised would increase cumulative task order value to $33,327,250. The work to be performed provides for two single story CDC facilities for infants, pre-toddlers, toddlers and pre-school aged children of military and authorized civilian personnel at MCAS Miramar. Combined total square footage for the two facilities shall not exceed 62,000 square feet. The CDC will provide adequate space for children between six weeks and five years of age. These two CDC facilities combined will provide an essential facility offering military personnel and authorized civilians and their families with full time, quality childcare and development for about 462 children. The new facilities will be single story reinforced concrete masonry unit, reinforced concrete foundation, slab on grade and composite steel deck, standing seam metal roof over metal deck and steel framing. Functional programmed spaces will include entrance vestibule, lobby, reception/sign-in, administration offices and work areas individual child activity rooms appropriately designed and sized for each children's age group, training room, staff break room, lactation room, central storage, restrooms for staff and public use, kitchen, laundry room, janitor's room, mechanical, electrical and telecommunication support spaces. Work will be performed in San Diego, California, and is expected to be completed by September 2022. Fiscal 2020 military construction (Navy) contract funds in the amount of $33,146,000 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. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5851). Mechanical Engineers of Hawaii Corp.,* Honolulu, Hawaii, is awarded an indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for design and engineering services for mechanical engineering projects and related projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for request for proposal (RFP) documentation for design-bid-build (DBB) mechanical engineering projects with associated multi-discipline architect-engineering support services for new construction, alteration, repair and installation of mechanical systems and associated facilities. Other design and engineering services may include, but not limited to, design-build RFP documentation, engineering investigations/concept studies, functional analysis concept development/charrettes and post construction award services. Initial task order is being awarded at $281,952 for a DBB construction package, consisting of full plans, specifications, detailed cost estimate and other services to repair the Marine Corps Forces Pacific Telephone Exchange Building at Marine Corps Base Camp Smith. Work for this task order is expected to be completed by May 2022. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months with an expected completion date of August 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $281,952 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; O&M (Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-5034). Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $9,885,076 combination firm-fixed-priced, indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Bridge Option Three under an IDIQ contract for base operating support services at Isa Air Base. After award of this bridge option, the total cumulative contract value will be $191,719,675. The work to be performed provides for but is not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform galley services, bachelor quarters and laundry services, facility management, emergency service requests, urgent service, routing service, minor work, facilities investment, custodial, pest control service, integrated solid waste, grounds maintenance, wastewater, operate reverse osmosis water treatment system and base support vehicles, environmental, fire emergency services and explosive safety officer services at Isa Air Base, Bahrain. Work will be performed in the Kingdom of Bahrain. This option period is from September 2020 to November 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Fiscal 2020 and 2021 operations and maintenance (Navy) contract funds in the amount of $9,885,076 for recurring and non-recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe, Africa, Central, is the contracting activity (N62470-14-D-6012). Raytheon Co., Space and Airborne Systems, El Segundo, California, is awarded an $8,357,826 modification (P00079) to previously awarded cost-plus-incentive-fee contract N00019-16-C-0002. This modification provides additional contractor logistics support maintainers for pre-operational support to facilitate logistics and maintenance activities in support of the Next Generation Jammer engineering and manufacturing development and test and evaluation activities. Work will be performed in Patuxent River, Maryland (49%); Point Mugu, California (38%); and Crane, Indiana (13%), and is expected to be completed in December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,357,826 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. DEFENSE LOGISTICS AGENCY Seiler Instrument and Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $8,972,159 firm-fixed-price, requirements contract for production of the panoramic telescope. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Missouri, with an Aug. 31, 2025, ordering period end 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 Land and Maritime, Warren, Michigan (SPRDL1-20-D-0127). Campbellsville Apparel Co., Campbellsville, Kentucky, has been awarded a maximum $7,709,600 modification (P00012) exercising the fourth one-year option period of a one-year base contract (SPE1C1-16-D-1083) with four one-year option periods for undershirts and moisture wicking t-shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a Sept. 7, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Cobham Mission System, Davenport, Iowa, has been awarded a maximum $13,028,470 firm-fixed-price contract for oxygen concentrators. 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 four-year, two-month contract with no option periods. Location of performance is Iowa, with an Oct. 6, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-W070). UPDATE: JCB Inc., Pooler, Georgia (SPE8EC-20-D-0064), has been added as an awardee to the multiple award contract announced on Aug. 29, 2017, for commercial construction equipment, issued against solicitation SPE8EC-17-R-0005. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2327934/

  • Huntington Ingalls Industries Continues Planning for Mid-life Refueling Overhaul of USS John C. Stennis (CVN 74)

    5 août 2019 | International, Naval

    Huntington Ingalls Industries Continues Planning for Mid-life Refueling Overhaul of USS John C. Stennis (CVN 74)

    NEWPORT NEWS, Va., Aug. 01, 2019 (GLOBE NEWSWIRE) -- Huntington Ingalls Industries (NYSE: HII) announced today that its Newport News Shipbuilding division has received a $290 million contract modification from the U.S. Navy to continue planning for the refueling and complex overhaul (RCOH) of the aircraft carrier USS John C. Stennis (CVN 74). The contract funds the second and third years of planning, long-lead-time material procurement, shop fabrication, shipboard inspections, and facilities readiness for the RCOH. As part of the planning contract, Newport News also will perform some shipboard work, which will take place in Norfolk. The initial year of planning was funded at a base value of $187.5 million. “The second and third year of planning is important to the overall success of a project of the magnitude of an RCOH,” said Chris Miner, Newport News' vice president of in-service aircraft carriers. “This contract allows us to continue our critical planning for each step of the process so we're ready to begin execution when the ship arrives in the first quarter of 2021.” Stennis will be the seventh Nimitz-class carrier to undergo a major life-cycle overhaul at Newport News, representing 35 percent of all maintenance and modernization completed during its service life. An RCOH is an extremely complex engineering and construction project that involves more than 680 suppliers from 40 states providing material and services critical to the overhaul process. Once completed, a recapitalized carrier is capable of supporting current and future warfare doctrine and continuing to operate as the centerpiece of the Navy's fleet and national defense for another 25 years. About Huntington Ingalls Industries Huntington Ingalls Industries is America's largest military shipbuilding company and a provider of professional services to partners in government and industry. For more than a century, HII's Newport News and Ingalls shipbuilding divisions in Virginia and Mississippi have built more ships in more ship classes than any other U.S. naval shipbuilder. HII's Technical Solutions division provides a wide range of professional services through its Fleet Support, Mission Driven Innovative Solutions, Nuclear & Environmental, and Oil & Gas groups. Headquartered in Newport News, Virginia, HII employs more than 41,000 people operating both domestically and internationally. For more information, visit: HII on the web: www.huntingtoningalls.com HII on Facebook: www.facebook.com/HuntingtonIngallsIndustries HII on Twitter: twitter.com/hiindustries CONTACT INFORMATION Duane Bourne Manager of Media Relations (757) 380-3581 Duane.A.Bourne@hii-co.com https://newsroom.huntingtoningalls.com/releases/photo-release-huntington-ingalls-industries-continues-planning-for-mid-life-refueling-overhaul-of-uss-john-c-stennis-cvn-74

  • Contract Awards by US Department of Defense - March 15, 2019

    18 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 15, 2019

    ARMY Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $99,000,000 firm-fixed-price contract for remedial action at the Raymark Superfund Site in Stamford, Connecticut. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of March 15, 2024. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-19-D-0012). Hensel Phelps Construction Co., Orlando, Florida, was awarded a $59,456,363 firm-fixed-price contract for construction of Advanced Munitions Technology complex. Bids were solicited via the internet with four received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of Aug. 11, 2021. Fiscal 2017 military construction funds in the amount of $59,456,363 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0006). SourceAmerica, Vienna, Virginia, was awarded a $24,969,056 firm-fixed-price contract to re-purpose legacy body armor vests into the newly-designed Modular Scalable Vest configuration. One bid was solicited with one bid received. Work will be performed in Lansing, Michigan; Miami, Florida; and Austin, Texas, with an estimated completion date of June, 30, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $24,969,056 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0043). Wara Construction Company LLC, Tustin, California, was awarded a $22,206,641 firm-fixed-price contract for construction of unaccompanied officer's quarters for the Kuwait Ministry of Defense. Bids were solicited via the internet with nine received. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Dec. 9, 2021. Fiscal 2016 military construction funds in the amount of $22,206,641 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-C-0004). California Department of Rehabilitation, Sacramento, California, was awarded a $19,865,600 firm-fixed-price contract for full food service operations at Fort Irwin, California. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0006). Anthony Allega Cement Contractor Inc., Cleveland, Ohio, was awarded a $13,770,342 firm-fixed-price contract for the repair of airfield paving, taxiways D & B2 and short runway at Wright-Patterson Air Force Base, Ohio. Bids were solicited via the internet with three received. Work will be performed in Fairborn, Ohio, with an estimated completion date of Dec. 3, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,770,342 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0013). Aerovironment,* Simi Valley, California, was awarded an $11,176,242 modification (P00014) to contract W31P4Q-17-C-0193 for All Up Rounds. Work will be performed in Simi Valley, California, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 other procurement, Army funds in the amount of $11,176,242 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Sentient Digital Inc., doing business as Entrust Government Solutions,* of New Orleans, Louisiana, is being awarded a $49,000,000 indefinite-delivery/indefinite-quantity contract for information technology (IT) engineering support services. IT services in this contract will assist Military Sealift Command's (MSC) Command, Control, Communications, And Computer Systems (C4S) Division (N6) in providing and sustaining Department of Defense (DoD) and Department of the Navy (DoN) compliant technical C4S solutions. Additionally, this contract will satisfy emerging requirements, enhance and develop IT capabilities in support of MSC's mission, and assist in the development of governance to ensure IT capabilities align to MSC N6's strategic business support plan, MSC N6's technical architecture road maps, DoD, and DoN mandates. The solutions primarily satisfy emergent cyber security mandates and technical refreshes for end of life hardware and software. Work will be performed at Norfolk, Virginia, and is expected to be completed by April 2024. This contract includes a five-year ordering period. Fiscal 2019 Navy Working Capital funding in the amount of $10,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was a small business set-aside, with more than 10 companies solicited via the Federal Business Opportunities website, and 10 offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D1003). Northrop Grumman Systems Corp., Bethpage, New York, is being awarded a $45,529,117 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-17-C-6311) for engineering services to support the Littoral Combat Ship Mission Modules Program. Engineering services will be provided to support the existing efforts of the Littoral Combat Ships Mission Modules Program. Incidental other direct cost items are also provided in support of said engineering services. Work will be performed Bethpage, New York (34 percent); Mayport, Florida (19 percent); San Diego, California (17 percent); Port Hueneme, California (14 percent); Pittsfield, Massachusetts (8 percent); Panama City, Florida (3 percent); Washington, District of Columbia (1 percent); Dahlgren, Virginia (1 percent); Newport, Rhode Island (1 percent); Baltimore, Maryland (1 percent); and various other locations less than one percent (1 percent), and is expected to be completed by March 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test, and evaluation (Navy); and weapons procurement (Navy) funding in the amount of $24,194,392 will be obligated at time of award, and funds in the amount of $19,575,683 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Ultra Electronics Ocean Systems, Braintree, Massachusetts, is being awarded a $27,978,119 cost-plus-fixed-fee and cost contract for the development and production of Next Generation Surface Search Radar qualification systems (NGSSR). The primary objective of NGSSR is to find a replacement for legacy systems due to current military threats and obsolescence issues. The contract aims to outline the requirements and approach for NGSSR development, production, integration, test, demonstration, product support, and systems engineering. The new NGSSR system will then replace all variants of the current AN/SPS-67, AN/SPS-73, BridgeMaster E series, and commercial-of-the-shelf radar systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $34,563,961. The primary objective of NGSSR is to find a replacement for legacy systems due to current military threats and obsolescence issues. The contract aims to outline the requirements and approach for NGSSR development, production, integration, test, demonstration, product support, and systems engineering. The new NGSSR system will then replace all variants of the current AN/SPS-67, AN/SPS-73, BridgeMaster E series, and commercial-of-the-shelf RADAR systems. Work will be performed in Chantilly, Virginia (58 percent); Wake Forest, North Carolina (39 percent); Braintree, Massachusetts (3 percent); and is expected to be complete by July 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $5,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638(r)(4) (under the SBIR Phase III program/2018 National Defense Authorization Act). The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339419C0007). Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is being awarded an $8,542,569 modification to the cost-plus-fixed-fee portion of a previously awarded contract (M67854-16-C-0211) for software release and advanced electronic protection required to support ongoing Ground/Air Task Oriented Radar (G/ATOR) Gallium Nitride (GaN) efforts in support of Program Executive Office Land Systems, Quantico, Virginia. Work will be performed in Linthicum Heights, Maryland (65 percent); East Syracuse, New York (20 percent); Farmingdale, New York. (14 percent); and New Brighton, Minnesota (one percent), and is expected to be completed by April 22, 2021. Fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $6,124,095 will be obligated at the time of award and will not expire at the end of the current year. The contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1)(B), with only one proposal solicited and one proposal received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. DEFENSE LOGISTICS AGENCY Golden Manufacturing Inc.,* Golden, Mississippi, has been awarded a maximum $18,234,851 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Army Combat Uniform coats and the Improved Hot Weather Combat Uniform. This was a competitive acquisition with nine responses received. This is a two-year contract with no option periods. Location of performance is Mississippi, with a Sept. 14, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1138). AIR FORCE Northrop Grumman Systems Corp., Information Systems, Chantilly, Virginia; and Redondo Beach, California, has been awarded a $16,271,270 cost-plus-incentive-fee modification (P00079) to previously awarded contract FA8808-13-C-0001 for post operational support for the Enhanced Polar System Control and Planning Segment. This modification provides for factory expertise/support to ongoing operations, support transition from development to sustainment activities, and the delivery and installation of two software updates. Work will be performed in Redondo Beach, California, and is expected to be complete by January 2020. Fiscal 2019 research, development, test, and evaluation funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $221,970,679. The Space and Missile Systems Center, Military Satellite Communications Directorate, Los Angeles Air Force Base, California, is the contracting activity. (Awarded Jan. 31, 2019). DEFENSE HEALTH AGENCY B.E.A.T. LLC., San Antonio, Texas, was competitively awarded a firm-fixed-price contract for a potential period of performance of 60 months and a total estimated value of $10,441,035 if all options are exercised. This award provides a non-personal services contract to provide Infrastructure Testing Center (ITC) management services and support for the day-to-day operations of all ITC infrastructure applications, networks, and environments. These services include systems management; system, application, and database administration; environment configuration, monitoring; management; and other support services. The place of performance is Joint Base San Antonio (Ft. Sam Houston), San Antonio, Texas. This contract is an acquisition under GSA's IT Schedule 70, obligating $1,027,347 in fiscal 2019 operations and maintenance funds at time of award. Six quotes were received in response to the solicitation. The Defense Health Agency, Health Information Technology-Contracting Division, San Antonio, Texas, is the contracting activity (HT0015-19-F- 0038). DEFENSE INFORMATION SYSTEMS AGENCY Siemens Government Technologies Inc., Arlington, Virginia (HC1028-19-C0006), was awarded a competitive, single award, firm-fixed-price contract on March 15, 2019 for commercially available off-the-shelf brand-name Siemens software licenses and support in support of the Navy. The face value (and total cumulative face value) of this action is $8,324,661 funded by fiscal 2019 research, development, test and evaluation funds. Performance will be at a Navy facility in Norfolk, Virginia. Proposals were solicited via Federal Business Opportunities, and two proposals were received. The period of performance is March 15, 2019, through March 14, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-19-C0006). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Agile Defense Inc.,* Reston, Virginia, has been awarded a $7,157,890 modification (P00042) to previously awarded task order HR0011-15-F-0002 for unclassified information technology services. The modification brings the total cumulative face value of the task order to $139,054,004 from $131,896,114. Work will be performed in Arlington, Virginia, with an expected completion date of June 2019. Fiscal 2019 research and development funds in the amount of $7,157,890 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1786958/source/GovDelivery/

Toutes les nouvelles