1 janvier 2024 | International, Naval

New in 2024: Testing to decide future of new Marine landing ship

Sur le même sujet

  • Contract Awards by US Department of Defense - October 11, 2019

    15 octobre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 11, 2019

    NAVY Electric Boat Corp., Groton, Connecticut, is awarded a $434,370,635 contract for lead yard support and development studies and design efforts related to Virginia class submarines. Work will be performed in Groton, Connecticut (94.1%); Newport News, Virginia (4.8%); and Newport and Quonset, Rhode Island (combined 1.1%), and is expected to be complete by September 2020. The contract provides lead yard support for Virginia class submarines that will maintain, update and support the Virginia class design and related drawings and data for each Virginia class submarine, including technology insertion, throughout its construction and post-shakedown availability period. The contractor will also provide all engineering and related lead yard support necessary for direct maintenance and support of Virginia class ship specifications. In addition, the contract provides development studies and design efforts related to the Virginia class submarine design and design improvements; preliminary and detail component and system design; integration of system engineering, design engineering, test engineering, logistics engineering and production engineering. The contractor will continue development studies and design efforts related to components and systems to accomplish research and development tasks, and prototypes and engineering development models required to fully evaluate new technologies to be inserted in succeeding Virginia class submarines. Fiscal 2014, 2016, 2017, 2018 and 2019 shipbuilding and conversion (SCN) (Navy); and fiscal 2019 research, development, test and engineering (RDT&E) (Navy) funding in the amount of $68,321,021 will be obligated at time of award. Fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $4,050,000; and fiscal 2019 research, development, test and engineering (Navy) funds in the amount of $7,341,250 will expire at the end of the current fiscal year — fiscal 2018 SCN (38.8%); fiscal 2017 SCN (34.9%); fiscal 2019 RDT&E (10.7%); fiscal 2014 SCN (7.1%); fiscal 2019 SCN (5%); fiscal 2016 SCN (3.4%). This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2120). Space Ground Systems Solutions LLC, West Melbourne, Florida, awarded a $17,082,880 cost-plus-fixed-fee contract modification to overall ceiling for previously awarded contract (N00173-15-D-2015) for spacecraft engineering, software, research and development services to the Naval Center for Space Technology (NCST). Specifically, the indefinite-delivery/indefinite-quantity (IDIQ) provides support for software engineering development, maintenance, enhancement and configuration management support for all components contained within the Neptune™ software suite under the direction of the NRL Configuration Control Board, and the VMOC™ software framework under the direction of the VMOC™ program management and software engineering teams. Funding will be obligated for each task order and no funds are obligated on the base IDIQ contract. Work will be performed in Washington, District of Columbia (50%); and West Melbourne, Florida (50%), and is expected to be completed by March 2020. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $9,066,270 modification (P00013) to a previously awarded firm-fixed-price contract (N00019-17-C-0081). This modification exercises an option to procure three spare AE1107C engines in support of the V-22 Osprey program for the government of Japan. Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2020. Foreign military sales funds in the amount of $9,066,270 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $60,619,031 modification (P00185) to contract W31P4Q-08-C-0418 for engineering, logistics, integration, test and evaluation, and program management activities. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded an $8,309,050 cost-plus-fixed-fee contract to incorporate a requirement to stabilize the legacy nitroglycerin area facility at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $8,309,050 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0021). DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $24,299,972 firm-fixed-priced delivery order (SPRPA1-19-F-LT31) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for rudders in support of the F/A-18 aircraft platform. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. Location of performance is California, with an Aug. 31, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Belleville Shoe Co.,* Belleville, Illinois, has been awarded a maximum $12,524,036 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Air Force temperate weather, Coyote boots. This was a competitive acquisition with two responses received. This is a one-year base contract with three one-year option periods. Location of performance is Illinois, with an Oct. 10, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1208). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1988088/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 04, 2020

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

    Contract Awards by US Department of Defense - May 04, 2020

    DEFENSE LOGISTICS AGENCY Point Blank Enterprises Inc., Pompano Beach, Florida, has been awarded a maximum $81,265,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for body armor. This was a competitive acquisition with five offers received. This is an 18-month base contract with two one-year option periods. Location of performance is Florida, with a Nov. 30, 2021, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1254). Arjo Inc., Addison, Illinois, has been awarded a maximum $47,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a May 3, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0038). NAVY General Dynamics Electric Boat Corp. (GDEB), Groton, Connecticut, is awarded $60,594,296 for a cost-plus-fixed-fee contract to provide U.S. Trident II Strategic Weapon System (SWS) ship alterations and United Kingdom SWS ship alterations for Strategic Systems Program shipboard integration installations. Work will be performed in Bremerton, Washington (29%); Groton, Connecticut (24%); Kings Bay, Georgia (24%); Bangor, Washington (9%); Cape Canaveral, Florida (7%); Norfolk, Virginia (3%); Washington, D.C. (2%); Faslane, Scotland (1%); and Plymouth, England (1%). Work is expected to be complete by April 2024. The maximum dollar value, including the base period and two option years, is $60,594,296. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,511,473; other procurement (Navy) contract funds in the amount of $8,534,755; fiscal 2020 research, development, test and evaluation (Navy) contract funds in the amount of $3,171,978; and United Kingdom funds in the amount of $2,098,018 are being obligated at time of award. Funds in the amount of $8,511,473 will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N-00030-20-C-0028). Virginia Pilot Association, Virginia Beach, Virginia, is awarded an $8,175,544 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support services to assist with the navigation of ships for Commander, Navy Region Mid-Atlantic Port Operations Division. All work will be performed in Norfolk, Virginia, and is expected to be complete by May 2025. This 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; an option to extend services, which if exercised, will bring the total value to $9,058,663. The base ordering period is expected to be completed by May 2025; if the option is exercised, the ordering period will be completed by December 2025. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $50,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. One source was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity. ARMY KVG LLC, Gettysburg, Pennsylvania (W564KV-20-D-2002); Crowley Government Services Inc., Jacksonville, Florida (W564KV-20-D-2004); Agility International Inc., Alexandria, Virginia (W564KV-20-D-2003); Maersk Line Ltd, Norfolk, Virginia (W564KV-20-D-2005); Aecom Management Services Inc., Germantown, Maryland (W564KV-20-D-2006); and American Roll-on Roll-off Carrier Group, Parsippany, New Jersey (W564KV-20-D-2007), will compete for each order of the $49,010,000 contract for the transportation of equipment, cargo and passengers within the European Command area of operations. 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 May 9, 2023. The 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity. The Lighthouse for the Blind, St. Louis, Missouri (W81XWH-19-D-0008); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W81XWH-19-D-0007); American Purchasing Services LLC,* Miramar, Florida (W81XWH-19-D-0006); and TQM LLC, St. Charles, Missouri (W81XWH-19-D-0009), will compete for each order of the $45,000,000 contract for sets, kits and outfits to supply complete medical, surgical, pharmaceutical, dental, laboratory and veterinary equipment and material sets. 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 May 4, 2024. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. Raytheon Co., Dulles, Virginia, was awarded a $27,472,296 hybrid (cost-no-fee, firm-fixed-price) contract to provide technical expertise, system operators, maintenance and life-cycle support for the sustainment, operations and support management of numerous training aids, devices, simulators and simulations. Bids were solicited via the internet with three received. Work will be performed in Kuwait, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 defense overseas contingency transfer funds in the amount of $5,000,000 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0031). MISSILE DEFENSE AGENCY Davidson Technologies,* Huntsville, Alabama, is being awarded a modification in the amount of $20,696,405 to previously awarded indefinite-delivery/indefinite-quantity (ID/IQ) contract HQ0147-19-D-0004. The contract value is increased from $2,437,491 to $23,133,896. Under this contract the contractor will continue to develop a cyber-secure information technology infrastructure that allows users to access data via a virtual desktop infrastructure. The work will be performed in Huntsville, Alabama. The ordering period of the ID/IQ is May 23, 2019, to May 22, 2024. A second task order award in the amount of $12,200,000 is being issued at this time. Fiscal 2020 research and development funds in the amount of $12,200,000 are being obligated on the task order award. The original award was made under Special Topic Broad Agency Announcement (BAA) number HQ0147-17-S-0002 that was posted to the Federal Business Opportunities website to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven from which proposals were requested. This original award results from one of seven proposals received. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2175622/source/GovDelivery/

  • Brazil's Embraer, Air Force agree on cutting KC-390 orders

    21 octobre 2022 | International, Aérospatial

    Brazil's Embraer, Air Force agree on cutting KC-390 orders

    Brazilian planemaker Embraer SA said on Friday it has agreed on a contract amendment with the country's Air Force to cut orders for the KC-190 aircraft to 19 from 22, settling a longstanding dispute between the parties.

Toutes les nouvelles