15 septembre 2021 | International, C4ISR

New war-gaming center to speed up weapon deliveries to US Marines

A planned 100,000-square-foot facility in Quantico, Virginia, will transform military war gaming from a tabletop exercise to an immersive experience in a simulated environment.

https://www.defensenews.com/training-sim/2021/09/07/new-war-gaming-center-to-speed-up-weapon-deliveries-to-us-marines/

Sur le même sujet

  • Contract Awards by US Department of Defense - October 18, 2018

    21 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 18, 2018

    ARMY Absolute Business Solutions Inc.,* Herndon, Virginia (W15P7T-19-D-0001); Adams Communication & Engineering Technology Inc.,* Waldorf, Maryland (W15P7T-19-D-0002); Augustine Consulting Inc.,* Monterey, California (W15P7T-19-D-0003); Addx Corp.,* Alexandria, Virginia (W15P7T-19-D-0004); Altus LLC,* Darlington, Maryland (W15P7T-19-D-0005); American Electronic Warfare Associates Inc.,* California, Maryland (W15P7T-19-D-0006); Array Information Technology Inc.,* Greenbelt, Maryland (W15P7T-19-D-0007); Advanced Systems Development Inc.,* Alexandria, Virginia (W15P7T-19-D-0008) Attain LLC,* McLean, Virginia (W15P7T-19-D-0009); Avenge Inc.,* Fayetteville, North Carolina (W15P7T-19-D-0010) Axiom Resource Management Inc.,* Falls Church, Virginia (W15P7T-19-D-0011); B3 Solutions LLC,* Alexandria, Virginia (W15P7T-19-D-0012); Barbaricum LLC,* Washington, DC (W15P7T-19-D-0013); Bennett Aerospace Inc.,* Cary, North Carolina (W15P7T-19-D-0014); Bowhead Logistics Solutions LLC,* Alexandria, Virginia (W15P7T-19-D-0015); Brockwell Technologies Inc.,* Huntsville, Alabama (W15P7T-19-D-0016); By Light Professional IT Services LLC,* Arlington, Virginia (W15P7T-19-D-0017); C4 Planning Solutions LLC,* Blythe, Georgia (W15P7T-19-D-0018); Cambridge International Systems Inc.,* Arlington, Virginia (W15P7T-19-D-0019); Carley Corp.,* Orlando, Florida (W15P7T-19-D-0020); Chimera Enterprises International Inc.,* Edgewood, Maryland (W15P7T-19-D-0021); Centech Group Inc.,* Falls Church, Virginia (W15P7T-19-D-0022); Chenega Technical Innovations LLC,* Chantilly, Virginia (W15P7T-19-D-0023); Clearavenue LLC,* Columbia, Maryland (W15P7T-19-D-0024); Client Solution Architects LLC,* Mechanicsburg, Pennsylvania (W15P7T-19-D-0025); Client/Server Software Solutions Inc., doing business as Constellation,* West, Fairfax, Virginia (W15P7T-19-D-0026); Data Matrix Solutions Inc.,* Herndon, Virginia (W15P7T-19-D-0027); Decibel Research Inc.,* Huntsville, Alabama (W15P7T-19-D-0028); Decisive Analytics Corp.,* Arlington, Virginia (W15P7T-19-D-0029) Delan Associates Inc.,* Freeport, New York (W15P7T-19-D-0030); Data Intelligence LLC,* Marlton, New Jersey (W15P7T-19-D-0031); Edgesource Corp.,* Alexandria, Virginia (W15P7T-19-D-0032); Enterprise Information Services Inc.,* Vienna, Virginia (W15P7T-19-D-0033); Envistacom,* LLC, Atlanta, Georgia (W15P7T-19-D-0034); Polaris Alpha Advanced Systems Inc.,* Fredericksburg, Virginia (W15P7T-19-D-0035); Enterprise Resource Planning International LLC,* Laurel, Maryland (W15P7T-19-D-0036); Enterprise Resource Performance Inc.,* Fairfax, Virginia (W15P7T-19-D-0037); Fibertek Inc.,* Herndon, Virginia (W15P7T-19-D-0038); Five Rivers Services LLC,* Colorado Springs, Colorado (W15P7T-19-D-0039); Frontier Technologies Inc.,* Wilmington, Delaware (W15P7T-19-D-0040); Future Technologies Inc.,* Fairfax, Virginia (W15P7T-19-D-0041); Fulcrum It Services LLC,* Centreville, Virginia (W15P7T-19-D-0042); Futron Inc.,* Woodbridge, Virginia (W15P7T-19-D-0043); GaN Corp.,* Huntsville, Alabama (W15P7T-19-D-0044); GC&E Systems Group Inc.,* Peachtree Corners, Georgia (W15P7T-19-D-0045); Glacier Technologies LLC,* El Paso, Texas (W15P7T-19-D-0046); Global Dimensions LLC,* Fredericksburg, Virginia (W15P7T-19-D-0047); Global Infotek Inc.,* Reston, Virginia (W15P7T-19-D-0048); GS5 LLC,* Dumfries, Virginia (W15P7T-19-D-0049); Gstek Inc.,* Chesapeake, Virginia (W15P7T-19-D-0050); Hebco Inc.,* Oklahoma City, Oklahoma (W15P7T-19-D-0051); Holmes-Tucker International Inc.,* Lexington Park, Maryland (W15P7T-19-D-0052); Ideal Innovations Inc.,* Arlington, Virginia (W15P7T-19-D-0053); IDS International Government Services LLC,* Arlington, Virginia (W15P7T-19-D-0054); Intelligent Decision Systems Inc.,* Centreville, Virginia (W15P7T-19-D-0055); Innovative Emergency Management Inc.,* Morrisville, North Carolina (W15P7T-19-D-0056); Igov Technologies Inc.,* Reston, Virginia (W15P7T-19-D-0057); Information and Infrastructure Technologies Inc.,* Herndon, Virginia (W15P7T-19-D-0058); Information Management Group Inc.,* Fairfax, Virginia (W15P7T-19-D-0059); Integral Consulting Services Inc.,* Rockville, Maryland (W15P7T-19-D-0060); Intelitrac Inc.,* Fort Worth, Texas (W15P7T-19-D-0061); Intelligent Waves LLC,* Reston, Virginia (W15P7T-19-D-0062); Iomaxis LLC,* Lorton, Virginia (W15P7T-19-D-0063); IPKeys Technologies LLC,* Eatontown, New Jersey (W15P7T-19-D-0064); Ip Network Solutions Inc.,* Herndon, Virginia (W15P7T-19-D-0065); Impact Resources Inc.,* Springfield, Virginia (W15P7T-19-D-0066); ISHPI Information Technologies Inc.,* Mount Pleasant, South Carolina (W15P7T-19-D-0067); Janus Research Group Inc.,* Appling, Georgia (W15P7T-19-D-0068); Karthik Consulting LLC,* Reston. Virginia (W15P7T-19-D-0069); Keybridge Technologies Inc.,* Oklahoma City, Oklahoma (W15P7T-19-D-0070); Kinney Group Inc.,* Indianapolis, Indiana (W15P7T-19-D-0071); Knowledge Management Inc.,* Tyngsboro, Massachusetts (W15P7T-19-D-0072); Link Solutions Inc.,* McLean, Virginia (W15P7T-19-D-0073); Linquest Corp.,* Los Angeles, California (W15P7T-19-D-0074); Lintech Global Inc.,* Farmington Hills, Michigan (W15P7T-19-D-0075); Logyx LLC,* Mountain View, California (W15P7T-19-D-0076); Lufburrow & Co. Inc.,* Havre de Grace, Maryland (W15P7T-19-D-0077); Middle Bay Solutions LLC,* Huntsville, Alabama (W15P7T-19-D-0078); Millennium Corp.,* Arlington, Virginia (W15P7T-19-D-0079); Morgan Business Consulting LLC,* Arlington, Virginia (W15P7T-19-D-0080); MSK TriTech Group LLC,* Tampa, Florida (W15P7T-19-D-0081); Manufacturing Techniques Inc.,* Kilmarnock, Virginia (W15P7T-19-D-0082); Navmar Applied Sciences Corp.,* Warminster, Pennsylvania (W15P7T-19-D-0083); NES Associates LLC,* Alexandria, Virginia (W15P7T-19-D-0084); Nexagen Networks Inc.,* Morganville, New Jersey (W15P7T-19-D-0085); Nextgen Federal Systems LLC,* Morgantown, West Virginia (W15P7T-19-D-0086); Oak Grove Technologies LLC,* Raleigh, North Carolina (W15P7T-19-D-0087); Object CTalk Inc.,* King of Prussia, Pennsylvania (W15P7T-19-D-0088); OBXtek Inc.,* Tysons Corner, Virginia (W15P7T-19-D-0089); Odyssey Systems Consulting Group Ltd.,* Wakefield, Massachusetts (W15P7T-19-D-0090); OST Inc.,* Washington, DC (W15P7T-19-D-0091); Paragon Research Corp.,* Huntsville, Alabama (W15P7T-19-D-0092); PCI Strategic Management LLC,* Columbia, Maryland (W15P7T-19-D-0093); PD Systems Inc.,* Springfield, Virginia (W15P7T-19-D-0094); Peerless Technologies Corp.,* Fairborn, Ohio (W15P7T-19-D-0095); Pelatron Inc.,* Honolulu, Hawaii (W15P7T-19-D-0096); P E Systems Inc.,* Fairfax, Virginia (W15P7T-19-D-0097); Pitech Solutions Inc.,* Durham, North Carolina (W15P7T-19-D-0098); Pluribus International Corp.,* Alexandria, Virginia (W15P7T-19-D-0099); Pragmatics Inc.,* Reston, Virginia (W15P7T-19-D-0100); Praxis Engineering Technologies LLC,* Annapolis Junction, Maryland (W15P7T-19-D-0101); Premier Management Corp.,* Columbia, Maryland (W15P7T-19-D-0102); Professional Solutions1 LLC,* Alexandria, Virginia (W15P7T-19-D-0103); Pro-Sphere Tek Inc.,* Alexandria, Virginia (W15P7T-19-D-0104); Polaris Alpha Cyber and Sigint LLC,* Annapolis Junction, Maryland (W15P7T-19-D-0105); People, Technology and Processes LLC,* Lakeland, Florida (W15P7T-19-D-0106); QBase LLC,* Beavercreek, Ohio (W15P7T-19-D-0107); Research Innovations Inc.,* Alexandria, Virginia (W15P7T-19-D-0108); Sabre Systems Inc.,* Warrington, Pennsylvania (W15P7T-19-D-0109); Savantage Financial Services Inc.,* Rockville, Maryland (W15P7T-19-D-0110); SBG Technology Solutions Inc.,* Alexandria, Virginia (W15P7T-19-D-0111); Sealing Technologies Inc.,* Columbia, Maryland (W15P7T-19-D-0112); Secure Innovations LLC,* Columbia, Maryland (W15P7T-19-D-0113); Sev1tech Inc.,* Woodbridge, Virginia (W15P7T-19-D-0114); S&K Aerospace LLC,* Saint Ignatius, Montana (W15P7T-19-D-0115); SNR Systems LLC,* Ashburn, Virginia (W15P7T-19-D-0116); Solers Inc.,* Arlington, Virginia (W15P7T-19-D-0117); Soliel LLC,* Vienna, Virginia (W15P7T-19-D-0118); Sonalysts Inc.,* Waterford, Connecticut (W15P7T-19-D-0119); Spectrum Software Technology Inc.,* Egg Harbor Township, New Jersey (W15P7T-19-D-0120); Science and Technology Corp.,* Hampton, Virginia (W15P7T-19-D-0121); Systems Technology Forum Ltd.,* Fredericksburg, Virginia (W15P7T-19-D-0122); Strategic Operational Solutions Inc.,* Vienna, Virginia (W15P7T-19-D-0123); Subsystem Technologies Inc.,* Arlington, Virginia (W15P7T-19-D-0124); Superlative Technologies Inc.,* Ashburn, Virginia (W15P7T-19-D-0125); SURVICE Engineering Co. LLC,* Belcamp, Maryland (W15P7T-19-D-0126); Systems Technologies Inc.,* West Long Branch, New Jersey (W15P7T-19-D-0127); Technology and Management International LLC,* Toms River, New Jersey (W15P7T-19-D-0128); Total Computer Solutions Inc.,* Burke, Virginia (W15P7T-19-D-0129); Technatomy Corp.,* Fairfax, Virginia (W15P7T-19-D-0130); Telesis Corp.,* McLean, Virginia (W15P7T-19-D-0131) Informatics Applications Group Inc.,* Reston, Virginia (W15P7T-19-D-0132); Trace Systems Inc.,* Vienna, Virginia (W15P7T-19-D-0133); Tribalco LLC,* Bethesda, Maryland (W15P7T-19-D-0134); TriHawk LLC,* Houston, Texas (W15P7T-19-D-0135); TriMech Services LLC,* Glen Allen, Virginia (W15P7T-19-D-0136); Truestone LLC,* Herndon, Virginia (W15P7T-19-D-0137); Unified Business Technologies Inc.,* Troy, Michigan (W15P7T-19-D-0138); Universal Solutions International Inc.,* Newport News, Virginia (W15P7T-19-D-0139); Validatek Inc.,* McLean, Virginia (W15P7T-19-D-0140); Varen Technologies Inc.,* Columbia, Maryland (W15P7T-19-D-0141); Veteran Corps of America,* Huntsville, Alabama (W15P7T-19-D-0142); Wakelight Technologies Inc.,* Honolulu, Hawaii (W15P7T-19-D-0143); Windmill International Inc.,* Nashua, New Hampshire (W15P7T-19-D-0144); WinTec Arrowmaker Inc.,* Fort Washington, Maryland (W15P7T-19-D-0145); WisEngineering LLC,* Dover, New Jersey (W15P7T-19-D-0146); Zantech IT Services Inc.,* Tysons Corner, Virginia (W15P7T-19-D-0147); Zolon Tech Inc.,* Herndon, Virginia (W15P7T-19-D-0148); Abacus Technology Corp., Chevy Chase, Maryland (W15P7T-19-D-0149); Accenture Federal Services LLC, Arlington, Virginia (W15P7T-19-D-0150); AceInfo Solutions Inc., Reston, Virginia (W15P7T-19-D-0151); Alion Science and Technology Corp., Burr Ridge, Illinois (W15P7T-19-D-0152); Artel LLC, Herndon, Virginia (W15P7T-19-D-0153); AT&T Government Solutions Inc., Vienna, Virginia (W15P7T-19-D-0154); Ball Aerospace & Technologies Corp., Beavercreek, Ohio (W15P7T-19-D-0155); Battelle Memorial Institute, Columbus, Ohio (W15P7T-19-D-0156); CACI Technologies Inc., Chantilly, Virginia (W15P7T-19-D-0157); HII Mission Driven Innovative Solutions Inc., Huntsville, Alabama (W15P7T-19-D-0158); Comtech Mobile Datacom Corp., Germantown, Maryland (W15P7T-19-D-0159); Cubic Global Defense Inc., San Diego, California (W15P7T-19-D-0160); DynCorp International LLC, Fort Worth, Texas (W15P7T-19-D-0161); Dynetics Inc., Huntsville, Alabama (W15P7T-19-D-0162); Engility Corp., Andover, Massachusetts (W15P7T-19-D-0163); Gryphon Technologies LC, Washington, District of Columbia (W15P7T-19-D-0164); Kbrwyle Technology Solutions LLC, Columbia, Maryland (W15P7T-19-D-0165); IAI LLC, Chantilly, Virginia (W15P7T-19-D-0166); International Business Machines Corp., Reston, Virginia (W15P7T-19-D-0167); Hexagon US Federal Inc., Huntsville, Alabama (W15P7T-19-D-0168); Information Innovators Inc., Fairfax, Virginia (W15P7T-19-D-0169); Polaris Alpha LLC, Colorado Springs, Colorado (W15P7T-19-D-0170); Jacobs Technology Inc., Tullahoma, Tennessee (W15P7T-19-D-0171); Kforce Government Solutions Inc., Fairfax, Virginia (W15P7T-19-D-0172); L-3 Communications Integrated Systems LP, Greenville, Texas (W15P7T-19-D-0173); Leidos Inc., Reston, Virginia (W15P7T-19-D-0174); Logistics Management Institute, McLean, Virginia (W15P7T-19-D-0175); Macaulay-Brown Inc., Dayton, Ohio (W15P7T-19-D-0176); NetCentric Technology LLC, Wall, New Jersey (W15P7T-19-D-0177); Northrop Grumman Systems Corp., Herndon, Virginia (W15P7T-19-D-0178); Novetta Inc., McLean, Virginia (W15P7T-19-D-0179); Oasis Systems LLC, Lexington, Massachusetts (W15P7T-19-D-0180); Parsons Government Services Inc., Pasadena, California (W15P7T-19-D-0181); Preferred Systems Solutions Inc., McLean, Virginia (W15P7T-19-D-0182); QED Systems Inc., Virginia Beach, Virginia (W15P7T-19-D-0183); Raytheon Co., Dulles, Virginia (W15P7T-19-D-0184); System Studies & Simulation Inc., Huntsville, Alabama (W15P7T-19-D-0185); Science Applications International Corp., Reston, Virginia (W15P7T-19-D-0186); Salient Federal Solutions Inc., Fairfax, Virginia (W15P7T-19-D-0187); Smartronix Inc., Hollywood, Maryland (W15P7T-19-D-0188); The KEYW Corp., Hanover, Maryland (W15P7T-19-D-0189); Scientific Research Corp., Atlanta, Georgia (W15P7T-19-D-0190); SRC Inc., North Syracuse, New York (W15P7T-19-D-0191); SRCTec LLC, Syracuse, New York (W15P7T-19-D-0192); Strategic Resources Inc., McLean, Virginia (W15P7T-19-D-0193); Telecommunication Systems Inc., Annapolis, Maryland (W15P7T-19-D-0194); Vectrus Systems Corp., Colorado Springs, Colorado (W15P7T-19-D-0195); Vencore Inc., Chantilly, Virginia (W15P7T-19-D-0196); VSE Corp., Alexandria, Virginia (W15P7T-19-D-0197); and CAS Inc., Huntsville, Alabama (W15P7T-19-D-0198), will compete for each order of the $37,400,000,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract for provide knowledge based professional engineering support services for programs with command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) related requirements. Bids were solicited via the internet with 388 received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Navistar Defense LLC, Lisle, Illinois, was awarded a $19,700,110 modification (P00010) to contract W56HZV-15-D-0037 for sustainment technical support services for the in-production and out-of-production Mine Resistant Ambush Protected MaxxPro family of vehicles. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. NAVY Austal USA, Mobile, Alabama, is awarded a $57,854,366 cost-plus-fixed-fee undefinitized contract action for procurement of long-lead-time material and production engineering for the expeditionary fast transport (EPF) 13. The EPF class provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps, and Army. Work will be performed in Novi, Michigan (30 percent); Mobile, Alabama (15 percent); Houston, Texas (9 percent); Slidell, Louisiana (8 percent); Franklin, Massachusetts (8 percent); Chesapeake, Virginia (7 percent); Rhinelander, Wisconsin (5 percent); Iron Mountain, Michigan (2 percent); and Dallas, Texas (2 percent); with other efforts performed at various locations throughout the U.S. below one percent (2 percent); and at various locations outside the U.S. below one percent (12 percent). Work on EPF 13 is expected to be completed by November 2021. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $43,390,775 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2227). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1666213/source/GovDelivery/

  • India Prepares For New Fighter Tender

    10 février 2020 | International, Aérospatial

    India Prepares For New Fighter Tender

    by Reuben F. Johnson While it is hard to believe, next year will mark almost 15 years since the Indian Air Force (IAF) embarked on a process to procure a new fighter. It will also be eight years since the force selected the Dassault Rafale for its Medium-Multirole Combat Aircraft (M-MRCA) program—a selection that was eventually not carried through to a license-production run as originally planned. The M-MRCA effort was planned for a procurement of 126 fighters by the IAF with an option for 63 additional units. All but 18 of these aircraft were to be license-assembled in India on a Hindustan Aeronautics Ltd (HAL) production line. In 2012, India eventually selected the Dassault Rafale from a competition that included Russia's Mikoyan MiG-35, the Saab JAS-39E from Sweden, the Eurofighter, and both the Boeing F/A-18E/F Super Hornet and a developed version of the Lockheed Martin F-16. The latter two are U.S. products. REPLACEMENT CRISIS However, in “winning a competition” such as this, a French industry official told AIN, “you do not really ‘win' anything. What you supposedly win is the right to then sit down and negotiate a contract—and if you cannot come to some agreement, then you get nothing after having spent tens of millions [of dollars] for all the years it takes to bid a major program in a place like India.” By 2015 the two sides had not come to an agreement on localized production, and in 2016 the new government of prime minister Narendra Modi ordered 36 Rafales “off-the-shelf,” the first of which has already been officially handed over to India. Seven of the aircraft should be delivered to the IAF between April and May 2020. This, however, still leaves the force woefully short of the force levels it says are needed to meet New Delhi's national security requirements. There is still no suitable replacement for the older (but modernized) MiG-21 Bison aircraft in service. There is also no solution to address the gap created by the 2018 Indian decision to withdraw from the HAL/Sukhoi joint program with Russia for a Future Generation Fighter Aircraft (FGFA) program. India was to have purchased 127 of this aircraft, which would have been a heavily-modified version of the Sukhoi Su-57. After an IAF inspection of one of the program's prototypes, the force was calling for 43 major changes to the design to correct what it saw as deficiencies with the original configuration. VERSION 2.0 The consequence is that India—after some twists and turns—is on a path to issue another tender for what will be at least 100 of some aircraft to fill the void created by these developments. Originally, the program was to have been a competition for only single-engine airplane designs, which would have limited the competition to the JAS-39 and the F-16. The latter has now been re-christened the “F-21,” due to all of the changes that have been made to the design to accommodate Indian requirements. One of the changes was to add a probe-and-drogue refueling option in addition to the traditional USAF flying boom refueling method. This “single-engine only” competition was then widened to allow all of the twin-engine aircraft that participated in the original M-MRCA tender—with Russia's Sukhoi Su-35 now also thrown into the mix. This has prompted more than one observer to dub the still-officially unannounced re-running of the tender as “M-MRCA ver 2.0.” NEEDED: A SHORTER ACQUISITION CYCLE What makes this impending competition all the more critical for India's future defense posture is that the next-generation of aircraft carriers that will be coming online with the Indian Navy that will require a force of CATOBAR (catapult-assisted take-off barrier-arrested recovery) fighter aircraft. Both the Rafale-M and Boeing's Super Hornet are available for this mission and Saab has a design for a carrier-capable Maritime Gripen variant of the JAS-39E on the shelf that can be realized within a short time frame. What remains to be seen is whether or not a new tender can be carried out without making it a repeat of the arduous seven-year process that the original M-MRCA turned out to be. Suggestions had been made last year that a new tender could be carried out without an extensive set of flight trials to shorten the evaluation and down-select cycles. While there is no agreement on which aircraft type or types fit the requirements of both the IAF and the Indian Navy, there are numerous observers both inside and outside of India who disparage the manner in which the selection of a new fighter type has been carried out. “As it stands now, the methodology for buying a new fighter is an objectively dysfunctional process,” said one Indian aerospace expert. “The problem is that it will never change as long as the OEMs keep rewarding those who propagate that process without demanding that it change.” https://www.ainonline.com/aviation-news/defense/2020-02-06/india-prepares-new-fighter-tender

  • Contract Awards by US Department of Defense - January 30, 2019

    31 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - January 30, 2019

    NAVY Lockheed Martin Space, Sunnyvale, California, is awarded $559,622,074 for cost-plus-incentive-fee, fixed-price-incentive, cost-plus-fixed-fee modification P00004 to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. Work will be performed in Magna, Utah (29.47 percent); Sunnyvale, California (16.75 percent); Cape Canaveral, Florida (14.07 percent); Pittsfield, Massachusetts (6.00 percent); Denver, Colorado (5.56 percent); Camden, Arizona (3.96 percent); Titusville, Florida (3.87 percent); Kingsport, Tennessee (3.87 percent); Kings Bay, Georgia (3.15 percent); El Segundo, California (2.87 percent); Lancaster, Pennsylvania (2.00 percent); Clearwater, Florida (1.11 percent); Inglewood, California (1.08 percent); and other various locations less than one percent (6.24 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $412,117,013; fiscal 2019 other procurement (Navy) funds in the amount of $9,717,587; and United Kingdom funds in the amount of $137,787,474 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is awarded $55,062,919 for modification P00011 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0055). This modification provides for the procurement of five Fire Scout MQ-8C unmanned air systems and two lightweight fuel cells. Work will be performed in San Diego, California (33 percent); Ozark, Alabama (27 percent); Fort Worth, Texas (18 percent); Moss Point, Mississippi (16 percent); and various locations within the continental U.S. (6 percent), and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $55,062,919 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. DynCorp International LLC, Fort Worth, Texas, is awarded $43,856,375 for modification P00017 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N00019-15-D-0001). This modification exercises an option for organization, selected intermedia, limited depot level maintenance, and logistics services in support of the Naval Aviation Warfighting Development Center's (NAWDC) F/A-18A/B/D/D/E/F, EA-18G, MH-60S, F-16A/B, and E-2C aircraft. Work will be performed at NAWDC, Fallon, Nevada, and is expected to be completed in January 2020. No funds are being obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. B.L. Harbert International, Birmingham, Alabama, is awarded a $41,832,719 firm-fixed construction contract for a hangar located at the Naval Air Station Patuxent River, Maryland. The project will construct an 80,000 square foot hangar and associated facility to support research, development, testing, and evaluation of unmanned carrier-launched aerial surveillance systems to be located at the air station. The contract also contains five unexercised option, which if exercised would increase cumulative contract value to $44,374,719. Work will be performed in Patuxent River, Maryland, and is expected to be completed 607 days after award. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,832,719 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 three proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-C-2015). RQ Construction Inc., Carlsbad, California, is awarded a $41,429,522 firm-fixed-price contract for the design and construction of a maintenance hangar in support of the EA-18 Growler aircraft at Naval Air Station Whidbey Island, Washington. The facility will provide high-bay space for aircraft maintenance, maintenance shops, and open bay warehouse space for aircraft equipment and administrative spaces. Work will be performed in Oak Harbor, Washington, and is expected to be completed by July 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $41,429,522 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 nine proposals received. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-C-0003). Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $36,655,871 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite quantity contract for Identity Dominance System (IDS) technology refresh for the Department of Defense. The IDS technology refresh effort is a refresh of the entire current configuration. The primary focus of this contract is the acquisition of a hand-held biometric hardware device for the IDS program to replace the current integrated base unit. Work will be performed in McLean, Virginia, and is expected to be completed by January 2024. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $1,522,548 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was solicited on a full and open competition basis via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-19-D-4000). Raytheon Co. Missile Systems, Tucson, Arizona, is being awarded $32,958,080 for modification P00002 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00019-18-C-0088). This modification provides for engineering and manufacturing development of the Miniature Air Launched Decoy – Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $16,197,594 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. L3 Aviation Products Inc., Alpharetta, Georgia, is awarded a $16,138,920 firm-fixed-price indefinite-delivery/indefinite-quantity contract to procure a maximum quantity of 840 technically refreshed multi-function displays for retrofits and spares in support of the AH-1Z and UH-1Y aircraft. Work will be performed in Alpharetta, Georgia, and is expected to be completed in September 2022. 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 (N00019-19-D-0009). The Boeing Co., St. Louis, Missouri, was awarded $15,991,141 for modification P00001 to delivery order N0001918F1652 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for the procurement of 79 Harpoon Block II Plus Tactical Missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); Cedar Rapids, Iowa (.6 percent), and various locations within the continental U.S. (3 percent). Work is expected to be completed in March 2022. Fiscal 2019 weapons procurement (Navy) funds in the amount of $15,991,141 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. Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded $14,539,807 for firm-fixed-price delivery order M67854-19-F-1541 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-18-D-1309) for the production and integration of 56,710 Plate Carrier Generation III complete systems and 61,729 components and spares. Work will be performed in Guanica, Puerto Rico, and is expected to be complete by Jan. 29, 2021. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $14,539,807 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a Total Small Business Set Aside via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Central Lake Armor Express Inc.,* Central Lake, Michigan, is awarded $10,432,525 for firm-fixed-price delivery order M67854-19-F-1542 under a previously awarded indefinite-delivery/indefinite-quantity contract (M67854-19-D-1509) for the production of 1,322,654 Plate Carrier Generation III soft armor inserts and data reports. Work will be performed in Central Lake, Michigan, and is expected to be complete by Oct. 24, 2023. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $10,432,525 will be obligated at the time of award and funds will expire the end of the current fiscal year. The base contract was competitively procured as a total small business set aside via the Federal Business Opportunities website, with 13 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Sealift Inc. of Delaware, Oyster Bay, New York, is awarded $9,106,750 under previously awarded contract N3220518C3352 to exercise an option for a vessel for transportation of dry cargo worldwide. The U.S. flagged vessel MV Black Eagle is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo), and for military readiness, in accordance with the terms of this charter. Work will be performed worldwide and is expected to be completed January 2020. Working capital funds in the amount of $9,106,750 will be obligated at the time of award and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Nordam Group Inc., Tulsa, Oklahoma, is awarded a $7,902,620 firm-fixed-priced contract for first article testing in support of the Super Hornet F/A-18 E-G 11 flight control surfaces. This is a one-year contract with no option periods. Work will be performed in Tulsa, Oklahoma, and work is expected to be completed by January 2020. Working capital (Navy) funds in the full amount of $7,902,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(2), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-19-C-C003) Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $7,127,423 for firm-fixed-price task order N6247319F4263 under a previously awarded multiple award construction contract (N62473-17-D-4629), for the renovation of historic Building 158 and demolition of Building 58 at Naval Base Point Loma, California. The work to be performed provides for the renovation of Building 158 into a two-story space with a basement, suitable for administration and training. Project includes demolition to cut openings for completion of a seismic retrofit, and installation of an elevator and ramp to bring the building into American Disabilities Act compliance; constructing walls throughout all three floors to enclose offices, interview rooms, an evidence room, men and women locker rooms, storage areas, and classrooms. The project also installs a new generator, new heat ventilation air conditioning, and repairs the existing pavement around the facility. Building 58 located at the Harbor Drive Annex will be demolished. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative contract value to $8,188,231. Work will be performed in San Diego, California, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $7,127,423 are obligated on this award and will expire at the end of the current year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. AIR FORCE Sallyport Global Holdings, Reston, Virginia, has been awarded a not-to-exceed $375,000,000 cost-plus-fixed-fee undefinitized contract action to provide base operations support, base life support, and security services in the support of the Iraq F-16 program. Work will be performed on Balad Air Base, Iraq, and is expected to be completed by Jan. 30, 2020. This contract was the result of a sole-source acquisition and involves foreign military sales to Iraq. Foreign military financing loan repayable funds in the amount of $183,750,000 are being obligated at the time of the award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8630-19-C-5004). JC Builders JV,* Alamogordo, New Mexico (FA4801-19-D-A003); Mirador Enterprises LLC,* El Paso, Texas (FA4801-19-D-A006); Native American Services Corp.,* Alamogordo, New Mexico (FA4801-19-D-A004); Mesa Verde Enterprises,* Alamogordo, New Mexico (FA4801-19-D-A007); LC Structural Inc.,* Las Cruces, New Mexico (FA4801-19-D-A001); Veliz Construction,* El Paso, Texas (FA4801-19-D-A005); E-Corp,* Layton, Utah (FA4801-19-D-A008); and R-CON Construction Inc.,* Las Cruces, New Mexico (FA4801-19-D-A009), have been awarded a five-year aggregate ceiling $90,000,000 indefinite-delivery/indefinite-quantity contract to provide a broad range of maintenance, repair and construction work at Holloman Air Force Base, New Mexico. Task orders will use a variety of trades such as road repair, roofing, excavation, electrical, mechanical, plumbing, sheet metal, painting, demolition, concrete, masonry and welding. Work is scheduled to commence March 1, 2019, and is expected to be completed by Dec. 31, 2023. No funds will be obligated at time of award but will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals as a 100 percent Small Business Set-Aside, with 20 offers received. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity. Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $39,957,226 contract modification (P00013) to contract FA8525‐16‐D‐0003 for C‐5 contractor logistics support services. The contract involves supply chain management, repair and technical support services. Work will be performed in Marietta, Georgia; and Greenville, South Carolina, and is expected to be completed by Jan. 31, 2021. This award is a result of a sole-source acquisition and only one off was received. Fiscal 2019 through fiscal 2021 Material Support Division, and operations and maintenance funds in the amount of $14,993,394 are being obligated at the time of award. Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Goodrich Corp., Brea, California, has been awarded an estimated $27,095,145 requirements contract for the repair/overhaul of the internal rescue hoist on UH-1N and aircraft mounted winch on HH-60 helicopters. This contract provides for the contractor to repair and perform program depot-level maintenance and unscheduled program depot-level maintenance in support of the UH-1N and HH-60 helicopters. Work will be performed in Brea, California, and is expected to be completed by Jan. 29, 2024. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-19-D-0001). BAE Systems Information and Electronic Systems Integration, Wayne, New Jersey, has been awarded a $12,157,767 cost-plus-fixed-fee contract for dynamic networking adaptation for Mission Optimization Extensible Network Architecture software/hardware. This effort develops and implements candidate system designs to interconnect applications and information across multiple legacy and future networks throughout dynamic missions. Work will be performed in Wayne, New Jersey, is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $2,435,845; and fiscal 2019 RDT&E funds in the amount of $7,394,039 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0012). ARMY Dell Marketing LP, Round Rock, Texas, was awarded a $78,141,800 firm-fixed-price contract for VMware software license maintenance. One bid was solicited with one bid received. Work will be performed in Round Rock, Texas, with an estimated completion date of Jan. 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $63,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0199). DRS Network and Imaging Systems LLC, Melbourne, Florida, was awarded a $67,300,000 fixed-price-redetermination contract to procure horizontal technology integration second generation forward looking infrared BKit components and engineering services. Two bids were solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0004). Med-Eng LLC, Ogdensburg, New York, was awarded a $47,203,546 firmed-fixed-price contract for Generation II advanced bomb suit systems. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0007). Kforce Government Solutions Inc., Fairfax, Virginia, was awarded a $28,000,000 firm-fixed-price contract to procure traumatic amputation task trainers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0005). Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded an $11,954,435 firm-fixed-price contract for licensed vocational nurses and certified nurse assistants services. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0010). Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded an $8,325,934 firm-fixed-price contract for food services. One bid was solicited with one bid received. Work will be performed in Tucker, Georgia, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,325,934 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W911S0-19-C-0003). Emergent LLC, Virginia Beach, Virginia, was awarded a $7,616,333 firm-fixed-price contract for Oracle PeopleSoft software license renewals. Bids were solicited via the internet with two received. Work will be performed in Crystal City, Virginia; and San Diego, California, with an estimated completion date of Jan. 31, 2020. Fiscal 2019 operations and maintenance, Navy; and operations and maintenance, Army funds in the amount of $7,616,333 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-0274). DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a $26,589,346 modification (P00143) to a 50-year contract (SP0600-08-C-8257), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. DEFENSE INFORMATION SYSTEMS AGENCY ARTEL LLC, Herndon, Virginia, was awarded a contract modification (P00013) to exercise Option Period Three on task order GS-35F-5151H / HC101316F0022, for commercial satellite communications service. The face value of this action is $23,328,000 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $93,159,500. Performance directly supports the Air Force's Central Command area of responsibility for intelligence, surveillance and reconnaissance platforms. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors solicited. The period of performance for Option Period Three is Feb. 10, 2019, through Feb. 9, 2020, and there is one remaining unexercised option period for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. * Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1744377/source/GovDelivery/

Toutes les nouvelles