8 juin 2021 | International, Aérospatial, Naval

Navy, Boeing make aviation history with MQ-25 becoming first unmanned aircraft to refuel another aircraft - Skies Mag

The Boeing-owned MQ-25 T1 test asset successfully extended the hose and drogue from its U.S. Navy-issued aerial refueling store and safely transferred jet fuel to a U.S. Navy F/A-18 Super Hornet.

https://skiesmag.com/press-releases/navy-boeing-make-aviation-history-mq25-unmanned-aircraft/

Sur le même sujet

  • Contract Awards by US Department of Defense - March 28, 2019

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

    Contract Awards by US Department of Defense - March 28, 2019

    ARMY Architects Pacific Inc.,* Honolulu, Hawaii (W9128A-19-D-0006); Bowers + Kubota Management Inc., Waipahu, Hawaii (W9128A-19-D-0007); Burns & McDonnell + Group 70 Ho'ohui'ia JV, Honolulu, Hawaii (W9128A-19-D-0008); Fung Associates Inc.,* Honolulu, Hawaii (W9128A-19-D-0009); Ink Arch LLC,* Honolulu, Hawaii (W9128A-19-D-0010); Jacobs and Architects Hawaii JV, Honolulu, Hawaii (W9128A-19-D-0011); RIM/DPI JV LLC, Honolulu, Hawaii (W9128A-19-D-0012); and RMA-SA JV LLC, Honolulu, Hawaii (W9128A-19-D-0013), will compete for each order of the $150,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2026. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. Martin UAV LLC,* Plano, Maryland (W911QY-19-D-0032); and Textron, AAI Corp., Hunt Valley, Maryland (W911QY-19-D-0033), will compete for each order of the $99,500,000 firm-fixed-price contract for procurement of non-developmental tactical unmanned aerial systems. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Hensel Phelps Construction Co., Tysons Corner, Virginia, was awarded a $71,528,710 firm-fixed-price contract for East Campus Building 3 construction project at Fort George G. Meade, Maryland. Bids were solicited via the internet with two received. Work will be performed in Fort George G. Meade, Maryland, with an estimated completion date of March 27, 2023. Fiscal 2019 military construction funds in the amount of $71,528,710 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0013). AECOM Energy and Construction Inc., Greenwood Village, Colorado, was awarded a $59,639,368 modification (P00007) to contract W912P5-17-C-0007 for Chickamauga Lock Chamber replacement. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Nov. 14, 2020. Fiscal 2019 general construction funds in the amount of $59,639,368 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Edmond Scientific Co.,* Alexandria, Virginia, was awarded a $46,750,681 cost-plus-fixed-fee contract for scientific 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 Sept. 27, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0005). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $46,249,658 modification (P00078) 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, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $46,249,658 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Palomar Display Products Inc.,* was awarded a $40,714,894 modification (P00007) to contract W909MY-15-D-0003 for repairs, engineering support and technical services of the Binocular Image Control Units. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Kiple Acquisition Science Technology Logistics & Engineering,* Forest Hill, Maryland, was awarded a $10,000,000 firm-fixed-price contract to provide technical and analytical expertise, and administrative assistance. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-D-0031). CORRECTION: A $1,135,410,156 contract modification announced on March 27, 2019, for Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas (P00010) to contract W31P4Q-18-C-0049, stated that it was a Foreign Military Sales (Poland, Bahrain and Romania) contract, however the contract also includes domestic procurement supporting the Army and Marine Corps. All other information in the announcement is correct. NAVY The Boeing Co., St. Louis, Missouri, is awarded a $71,345,504 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and integrated logistics support to maintain the T/AV-8B Harrier during the aircraft's Post-Production Support Phase. Work will be performed at St. Louis, Missouri (75 percent); Warton, Lancashire, United Kingdom (11 percent); Cherry Point, North Carolina (10 percent); Yuma, Arizona (3 percent); and Philadelphia, Pennsylvania (1 percent), and is expected to be completed in December 2023. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0004). BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is awarded a $70,672,462 firm-fixed-price, cost-plus-fixed-fee contract for five overhauled/upgraded Mk 45 Mod 4 gun mounts and their associated components, to include Mk 63 Mod 1 weather shields, Mod 4 manufacture kits, and Mod 4 machine parts kits. The 5-inch Mk 45 Light Weight Gun Mount System provides an effective weapon for anti-surface, naval surface fire support, and anti-air warfare missions, and is installed aboard DDG 51- and CG 47-class ships. Work will be performed in Louisville, Kentucky, and is expected to be completed by July 2023. Fiscal 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $70,672,462 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 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0004). Helix Electric Inc., San Diego, California, is awarded a $32,740,000 firm-fixed-price contract for the construction of the Harbor Drive switching station at Naval Base San Diego, California. The work to be performed provides for relocations and upgrades to the primary and secondary switching stations. Electrical components include switchgears with medium voltage circuit breakers, busses, underground primary and secondary cabling, protective relaying, power system automation communication line, communication line for supervisory control and data acquisition system connected to the head-end equipment, smart meters, lighting and other associated electrical appurtenances. The contract also contains two unexercised options, which if exercised would increase the cumulative contract value to $36,500,000. Work will be performed in San Diego, California, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $32,740,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-C-1209). Joseph J. Henderson & Son Inc., Gurnee, Illinois, is awarded a $30,700,000 firm-fixed-price contract for the repair of the wastewater treatment plant at Naval Air Station Corpus Christi, Texas. The work to be performed provides for substantial upgrade of domestic and industrial wastewater treatment facilities to be completed while maintaining continuous operation. Demolition includes major structures including equipment in the structures, utility connections to the structures, and small ancillary facilities. Additionally, rehabilitation of structures for process and architectural upgrades, removal of two interior doors with hazardous levels of lead based paint, and remediation in three structures to remove asbestos containing material are required. New major facilities and ancillary systems, such as site electrical power, utilities, and paving and grading are required. Work will be performed in Corpus Christi, Texas, and is expected to be completed by February 2021. Fiscal 2019 Navy working capital contract funds in the amount of $30,700,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0912). Support Services LLC, Cape Canaveral, Florida, is awarded $22,977,890 for a modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-18-D-2013) to exercise Option One for base operations support services at Naval Air Station Pensacola, Florida, and outlying areas Saufley Field, Corry Station, and Bronson Field. The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), utility plant and distribution system operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, and base support vehicles and equipment. After award of this option, the total cumulative contract value will be $45,863,832. Work will be performed in Pensacola, Florida, and work for this option period is expected to be completed March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program funds in the amount of $18,442,613 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia, is awarded $18,143,171 for modification P00007 to a previously awarded cost-plus-fixed-fee, cost delivery order contract. This modification provides for additional technical, analytical and managerial services in support of the Naval Aviation Enterprise. Work will be performed in Patuxent River, Maryland, and is expected to be completed in February 2022. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,124,508 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Archer Western Construction LLC, Chicago, Illinois, is awarded $17,820,000 for firm-fixed-price task order N6945019F0708 under a previously awarded multiple award construction contract (N69450-12-D-1267) for the design and construction of P426 Littoral Combat Ship (LCS) parking garage at Naval Station, Mayport, Florida. The work to be performed provides for the design and construction of a five-story, 1,355-vehicle structured parking facility. The facility shall be fully handicapped accessible and be an open “public” parking structure. Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $17,820,000 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $16,187,822 cost-plus-fixed-fee contract for engineering services in support of the development of the T/AV-8B aircraft, including system configuration set updates, avionics and weapons integration, and avionics obsolescence mitigation. Work will be performed in St. Louis, Missouri, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 will be obligated at time of award none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N689361919D0010). Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,824,692 for delivery order N0001919F0012 against a previously issued basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft. This order provides for non-recurring engineering for development of the facilities, equipment, and material required to implement the Block II Sustainment and Support System. Work will be performed in Richardson, Texas, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,824,692 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Assurance Technology Corp., Carlisle, Massachusetts, is awarded a $13,959,231 modification to previously awarded cost-plus-fixed-fee contract N00173-18-C-6007 for research and development for the Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) System for Naval Research Laboratory Space Systems Development Department. After award of this modification, the total cumulative value of this contract is $25,470,666. Work will be performed at the Naval Research Laboratory, Washington, District of Columbia, and work is expected to be completed Sept. 28, 2019. Fiscal 2019 working capital funds (Navy) in the amount of $230,000 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-18-C-6007). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $10,070,668 cost-with-no-fee contract (N00030-19-C-0024) for capital maintenance of the Navy Industrial Reserve Ordnance Plant in Pittsfield, Massachusetts. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed March 31, 2022. Fiscal 2018 other procurement (Navy) funds in the amount of $7,725,000; and fiscal 2019 other procurement (Navy) funds in the amount of $2,345,668 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. This contract is awarded on a sole-source basis in accordance with 10 U.S. Code 2304 (c)(1) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. AIR FORCE FlightSafety Services Corp., Centennial, Colorado, has been awarded a not-to-exceed $29,496,514 modification (P00029) to previously awarded contract FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System production year four options. The contract modification is for the exercise of option contract line item numbers for an additional weapon system trainer, boom operator trainer, fuselage trainer, pilot part task trainer, boom operator part task trainer, additional learning management workstations, support equipment, McGuire Air Force Base and Altus AFB site activations, systems engineering and program management, summative evaluation, visual database airfield models, new refresher training scenarios, and one Aerial Refueling Airplane Simulator Qualification certification. Work will be performed in Broken Arrow, Oklahoma, and is expected to be complete by February 2021. Fiscal 2018 purchasing and procurement funds in the amount of $14,453,292 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. Merex Aircraft Co., Inc., Camarillo, California, has been awarded an $18,300,000 estimated ceiling indefinite-delivery/indefinite-quantity contract for the acquisition of A-10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies (NSNs 1560-01-591-4392FJ and 1560-01-591-4394FJ); and left and right inboard flap assemblies (NSNs 1560-01-591-8913FJ and 1560-01-591-5806FJ). Work will be performed in Camarillo, California, and is expected to be complete by March 27, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated Sustainment Activity Group working capital funds in the amount of $4,887,547 are being obligated at the time of award. Air Force Life Cycle Management, Hill Air Force Base, Utah, is the contracting activity (FA8212-19-D-0001). Telephonics Corp., Farmingdale, New York, has been awarded a $12,623,588 firm-fixed-price contract for the Royal Saudi Air Force Airborne Warning and Control System (RSAF AWACS) Next Generation Identification Friend or Foe. This contract provides for manufacture, test, and delivery of Next Generation Identification Friend or Foe AN/UPX-40 Interrogator shipsets and installation kits for the RSAF AWACS fleet. Work will be performed in Farmingdale, New York, and is expected to be complete by Dec. 31, 2021. This contract involves 100 percent foreign military sales to the kingdom of Saudi Arabia. This award is the result of a sole-source acquisition. Saudi Arabian Letter of Offer and Acceptance case funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-C-0010). DEFENSE LOGISTICS AGENCY Truman Arnold Companies, doing business as TAC Air, Amarillo, Texas, has been awarded a maximum $13,775,007 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with one six-month option period. Location of performance is Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0013). Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded a maximum $13,099,996 firm-fixed-priced delivery order (SPRPA1-19-F-L305) against a five-year basic ordering agreement (SPRPA1-13-G-001X) with no option periods for spare parts in support of the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Connecticut, with a June 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MISSILE DEFENSE AGENCY L3 Applied Technologies Inc. (L3 ATI), San Leandro, California, was awarded an $8,272,568 cost-plus-fixed-fee contract for modeling and experimentation of laser interaction with plasma. The contract award includes a base period in the amount of $4,036,518 and an option period in the amount of $4,236,050. L3 ATI will investigate, model, and execute proof-of-principle and scaled ground-test demonstrations to assess the ability of a laser to enhance and impart effects on plasma. The work will be performed in San Leandro, California. The period of performance for the base period is eight months, from March 2019 through November 2019. The period of performance for the option period is five months, from December 2019 through April 2020. This contract was competitively procured through publication on the Federal Business Opportunities website under the Missile Defense Agency's broad agency announcement for advanced technology innovation, HQ0147-17-S-0001. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,586,824 are being obligated at the time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-C-6504). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1799365/

  • Turkey’s Havelsan tests robots, drone swarm for Digital Troop concept

    24 août 2023 | International, Terrestre, C4ISR

    Turkey’s Havelsan tests robots, drone swarm for Digital Troop concept

    The Digital Troop concept aims to develop technologies that enable battlefield activities to take less time and be more effective.

  • Contract Awards by US Department of Defense - January 29, 2020

    30 janvier 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 29, 2020

    NAVY Geocent LLC, Metairie, Louisiana (N66001-20-D-3417); M.C. Dean Inc., Tysons, Virginia (N66001-20-D-3418); McKean Defense Group LLC, Philadelphia, Pennsylvania (N66001-20-D-3419); Parsons Government Services Inc., Pasadena, California (N66001-20-D-3420); Science Applications International Corp., Reston, Virginia (N66001-20-D-3421); Serco Inc., Herndon, Virginia (N66001-20-D-3422); Systems Technology Forum Ltd., Fredericksburg, Virginia (N66001-20-D-3423); Valkyrie Enterprises Inc., Virginia Beach, Virginia (N66001-20-D-3424); and VT Milcom Inc., Virginia Beach, Virginia (N66001-20-D-3425), are each awarded a $56,339,692 indefinite-delivery/indefinite-quantity, multiple-award contract with cost-plus-fixed-fee, firm-fixed-price and cost (no fee) pricing. Support includes project management, administration, drafting, technical integration, testing, maintenance, engineering, logistics, facilities and security for software and hardware of new and existing command, control, communications, computers, intelligence, surveillance and reconnaissance systems and networks. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two three-year option periods, which, if exercised, would bring the overall potential value of this contract to an estimated $249,033,405. Work will be performed primarily in the Indo-Asia-Pacific Region and Navy Region Southwest including Hawaii, Guam, Japan, California, Nevada, Washington state, Oklahoma, South Korea, Singapore, Philippines and Australia; and outside this region in Bahrain, Djibouti and Italy. Work will be performed outside the continental U.S. (50%); and inside the continental U.S. (50%) on a full-time basis. The period of performance of the base award is from Jan. 29, 2020, through Jan. 28, 2022. If all options were exercised, the period of performance would extend through Jan. 28, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); and other funding, which may include working capital funds (DoD); Department of Homeland Security funds; and research, development, test and evaluation (Navy) funds. This contract was competitively procured via a request for proposal (N66001-19-R-0001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Command e-Commerce Central website. Eighteen offers were received and nine were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $15,752,580 cost-plus-fixed-fee modification to exercise options to previously-awarded contract N00024-15-C-5319 for level of effort engineering services and associated travel to provide continuous support of two AN/SLQ-32(V)Y Surface Electronic Warfare Improvement Program (SEWIP) Block 3 System low rate initial production units. This option exercise is for the continued level of effort engineering services in support of SEWIP Block 3 low-rate initial-production units. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland, and is expected to be completed by December 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $60,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded an $11,301,660 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Joint Precision Approach and Landing Systems Airborne Radio Communication ARC-210 Generation 5 radio units for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in March 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds for $403,110; and other procurement (Navy) funds for $3,627,990 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0006). BAE Systems Technology Solutions & Services, Rockville, Maryland, is awarded a $10,536,004 modification (P00002) to a previously-awarded cost-plus-fixed-fee contract (N00421-20-C-0003). This modification exercises an option to provide engineering and technical services for integrated communications and information systems radio communications for Navy ships, in support of the Naval Air Warfare Center, Webster Outlying Field, to support the integrated communications and information systems radio communications. Work will be performed in St. Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in July 2025. Fiscal 2020 shipbuilding and conversion (Navy) funds for $4,000,000 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, Patuxent River, Maryland, is the contracting activity. ARMY Continental Heavy Civil Corp., Miami, Florida, was awarded a $23,778,240 firm-fixed-price contract for the NASA Wallops Beach Renourishment Project in Accomack County, Virginia. Bids were solicited via the internet with five received. Work will be performed in Wallops Island, Virginia, with an estimated completion date of March 12, 2021. Fiscal 2019 civil construction, Corps of Engineers funds in the amount of $23,778,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-0002). AECOM Management Services Inc., Germantown, Maryland, was awarded a $17,000,000 modification (000260) to contract W52P1J-12-G-0028 for Army Prepositioned Stock (APS-2) logistics support services in support of maintenance, supply and transportation at Mannheim and Dulmen, Germany. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $17,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Vision Point Systems Inc.,* Fairfax, Virginia, was awarded a $13,500,000 firm-fixed-price contract to provide corrosion engineering and logistics technical, analytical, programmatic, research and development, technical assistance, testing, training, and technical writing support for the U.S. Army Combat Capabilities Development Command (CCDC) Ground Vehicle Systems Center (GVCS) and Tank-automotive and Armaments Command (TACOM) Life Cycle Management Center (LCMC). 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 Jan. 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0012). Dawn/Higley JV LLC,* Warren, Ohio, was awarded an $11,458,223 firm-fixed-price contract to repair and renovate interior and exterior of an aircraft maintenance hangar. Bids were solicited via the internet with five received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Aug. 31, 2021. Fiscal 2020 Air Guard sustainment, repair, maintenance in the amount of $11,458,223 were obligated at the time of the award. U.S. Property and Fiscal Office for Ohio 179th Mission Support Contracting, Mansfield, Ohio, is the contracting activity (W50S8R-20-C-0002). AIR FORCE Technica Corp., Sterling, Virginia, has been awarded a $13,591,345 cost-plus-fixed-fee modification to exercise the first option period, Feb. 15, 2020, through Feb. 14, 2021. The contract provides weapon system engineering and maintenance services to include incremental software version development and installation, security patch installations, preventative maintenance, trouble shooting and responsive Tier 1, 2 and 3 support for the Cyberspace Vulnerability Assessment/Hunter (CVA/H) weapon system. Work will be performed in Sterling, Virginia, and is expected to be complete by Aug. 14, 2025. This award is the result of a competitive acquisition. Offerors were solicited under the Network-Centric Solutions (NETCENTS) Network Operations and Infrastructure Small Business contract holders and seven offers were received. Fiscal 2020 research, development, test and evaluation; operations and maintenance; and procurement funds in the amount of $13,591,345 are being obligated at the time of modification to exercise the first option period. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity (FA8732-14-D-0015, task order FA8307-19-F-0098). Starwin Industries LLC, Dayton, Ohio, has been awarded a $9,554,000 firm-fixed price indefinite-delivery/indefinite-quantity contract for F-16 Bugeye radomes. This contract provides for the supply of both left and right Bugeye radomes for the F-16 aircraft. Work will be performed in Dayton, Ohio, and is expected to be complete by Jan. 28, 2026. This award is the result of a competitive acquisition, two solicitations mailed and two offers received. Fiscal 2019 research and development funds (not multiyear) in the amount of $35,872 are being obligated at the time of award. The Air Force Life Cycle Management Center, F-16 Division, Hill Air Force Base, Utah, is the contracting activity (FA8232-20-D-0006). DEFENSE LOGISTICS AGENCY Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $10,468,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat helmet chinstraps. This is a one-year base contract with two one-year options periods. Location of performance is North Carolina, with a Jan. 28, 2021, performance completion 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 (SPE1C1-20-D-B082). * Small business ** Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2069174/source/GovDelivery/

Toutes les nouvelles