30 août 2023 | International, Sécurité

Pentagon to release defense industrial strategy in December

The strategy, in part, will respond to the industrial gaps exposed by the war in Ukraine

https://www.defensenews.com/pentagon/2023/08/30/pentagon-to-release-defense-industrial-strategy-in-december/

Sur le même sujet

  • $382 MILLION U.S. NAVY HARDWARE SOLUTIONS CONTRACT AWARD

    9 septembre 2019 | International, Naval

    $382 MILLION U.S. NAVY HARDWARE SOLUTIONS CONTRACT AWARD

    ARLINGTON, VA, SEPTEMBER 4, 2019 ̶ Leonardo DRS, Inc. announced today that it has won a U.S. Navy contract for the development, integration, and production of hardware solutions for various Navy platforms. The indefinite delivery, indefinite quantity contract has a base award of more than $382 million. With options, the cumulative value of the contract is estimated at more than $830 million. Under the contract, Leonardo DRS will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the U.S. Navy, the government of the United Kingdom under the Foreign Military Sales program, as well as under a memorandum of understanding with the Commonwealth of Australia. “We are proud to continue our long history of providing the U.S. Navy with off-the-shelf and custom hardware systems that deliver the mission-critical modernization needs for our sailors. We have already delivered or are under contract for over 250 shipsets of products, going back to 1998.” said Lee Meyer, vice president and general manager of the Leonardo DRS Naval Electronics business. “This is another example that from stem-to-stern, Leonardo DRS provides a wide range of technologies and solutions to enhance readiness and augment shipboard operations and functionality.” he said. The contract was awarded through the Leonardo DRS Laurel Technologies business. Work will be performed in Leonardo DRS facilities in Johnstown, Pennsylvania; Burnsville, Minnesota; Germantown, Maryland; Largo, Florida; and Chesapeake, Virginia. Work is expected to be completed in December 2026. About Leonardo DRS Leonardo DRS is a prime contractor, leading technology innovator and supplier of integrated products, services and support to military forces, intelligence agencies and defense contractors worldwide. Its Naval Electronics business unit provides leading naval computing infrastructure, network and data distribution and middleware enterprise services, as well as world-class manufacturing and support capabilities. Headquartered in Arlington, Virginia, Leonardo DRS is a wholly owned subsidiary of Leonardo S.p.A. See the full range of capabilities at www.LeonardoDRS.com and on Twitter @LeonardoDRSnews. For additional information please contact: Michael Mount Senior Director, Public Affairs +1 571 447 4624 mmount@drs.com Twitter: @LeonardoDRSnews https://www.leonardodrs.com/news-and-events/press-releases/leonardo-drs-wins-382-million-us-navy-hardware-solutions-contract/

  • Contract Awards by US Department of Defense - March 19, 2019

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

    Contract Awards by US Department of Defense - March 19, 2019

    ARMY McCarthy HITT – Next NGA West JV, St. Louis, Missouri, was awarded a $711,651,970 firm-fixed-price contract for construction of the National Geospatial-Intelligence Agency's new facility. Bids were solicited via the internet with three received. Work will be performed in St. Louis, Missouri, with an estimated completion date of April 24, 2023. Fiscal 2018 and 2019 military construction funds in the amount of $407,965,869 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-7001). Pinnacle Solutions Inc.,* Huntsville, Alabama, was awarded a $553,200,000 cost-plus-fixed-fee contract for instruction, mission support, information technology network support, operations and logistics. 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 18, 2026. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0006). Eastern Construction & Electric,* Wrightstown, New Jersey, was awarded a $10,369,000 firm-fixed-price contract for P-650 aircraft apron, taxiway and support facilities. Bids were solicited via the internet with 10 received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Aug. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $10,369,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0003). NAVY The Boeing Co., Seattle, Washington, is awarded $326,295,367 for cost-plus-fixed-fee Delivery Order 2005 against a previously issued basic ordering agreement (N00019-16-G-0001) to develop, integrate and test Increment 3 Block capabilities into the P-8A aircraft for the Navy and the government of Australia. Work will be performed in Puget Sound, Washington (86.9 percent); Greenlawn, New York (6.7 percent); Rockford, Illinois (2.6 percent); Rancho Santa Margarita, California (1.6 percent); Patuxent River, Maryland (1 percent); Mesa, Arizona (0.8 percent); St. Louis, Missouri (0.3 percent); and Jacksonville, Florida (0.1 percent), and is expected to be completed in March 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $14,442,320; and Cooperative Engagement Agreement funds in the amount of $19,200,000 are being obligated on this 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $264,655,025 modification to a previously awarded firm-fixed-price contract (N00019-15-C-0003). This modification provides for additional operation and technical services in support of the government of Korea's F-35 Lightning II program. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2020. Foreign military sales funds in the amount of $264,655,025 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. URS Group Inc., Morrisville, North Carolina, is awarded a $9,800,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for phase one of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to the hurricane. After award of this modification, the total task order value will be $52,795,320. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,800,000 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity. Concurrent Technologies Corp., Johnstown, Pennsylvania, is awarded $7,614,277 for modification number P00001 to task order M9549418F0016 under previously awarded contract GS00Q14OADU112. This modification exercises an option for support services in efforts to meet Marine Corps' energy reliability and resilience requirements for utility distribution systems and various energy security positions supporting headquarters, regions and installations. This modification increases the value of the basic task order to a new total value of $12,394,838. The task order includes four one-year option periods which, if exercised, could bring the cumulative value of this task order to $36,194,304. Work will be performed in Arlington, Virginia (40 percent); Lejeune, North Carolina (12 percent); Okinawa Prefecture, Japan (12 percent); San Diego, California (11 percent); Quantico, Virginia (10 percent); Bridgeport, California (4 percent); New River, North Carolina (3 percent); Cherry Point, North Carolina (3 percent); Barstow, California (3 percent); Shizuoka Prefecture, Japan (1 percent); and Pohang, Republic of Korea (1 percent). Work is expected to be completed March 2020. If all options are exercised, work will continue through March 2023. Fiscal year 2019 operations and maintenance (Marine Corps) funds in the amount of $7,614,277 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively solicited via General Services Administration One Acquisition Solution for Integrated Services, with two proposals received. The Marine Corps Installations Command Headquarters Contracting Office, Arlington, Virginia, is the contracting activity. AIR FORCE Goodrich Corp., Westford, Massachusetts, has been awarded a $92,890,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Hyperspectral Imaging, AgilePod®, Standoff High Resolution Imaging Next Era, and Multi-Mode Lidar research and development. This contract provides for research and integration of existing electro-optical, infrared, radio frequency, multispectral imaging, hyperspectral imaging, and lidar sensors and related Intelligence, Surveillance, and Reconnaissance (ISR) technologies in order to develop the Air Force's next generation ISR sensor. Work will be performed in Westford, Massachusetts, and is expected to be complete by Sept. 29, 2025. Fiscal 2019 research and development funds in the amount of $18,387,498 are being obligated on two initial task orders at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-1014). KT Consulting Inc, Phoenix, Arizona, has been awarded an $11,935,070 firm-fixed-price task order for F‐16 Weapons System support. This task order provides for F‐16 academic instruction, Aircrew Training Device instruction/console/cockpit operations, comprehensive courseware development, and training support. Work will be performed at Luke Air Force Base, Arizona; and Holloman AFB, New Mexico, and is expected to be complete by March 31, 2024. This contract involves foreign military sales to Republic of Singapore. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,435,581; and Singapore National Funds in the amount of $34,969 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio‐Randolph, Texas, is the contracting activity (FA3002‐19‐F‐A040). DEFENSE LOGISTICS AGENCY Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded an estimated $29,216,493 firm-fixed-priced delivery order (SPRPA1-19-F-L30G) against a five-year basic ordering agreement (SPRPA1-13-G-001X) for constant frequency generators. 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 five-year, six-month contract with no option periods. Locations of performance are Connecticut and Illinois, with a Sept. 30, 2024, performance completion date. Using customers are Navy and Japanese Armed Forces. Type of appropriation is fiscal 2019 Navy working capital funds and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Freightliner of Savannah Inc.,* Savannah, Georgia, has been awarded a maximum $7,312,500 firm-fixed-price contract for diesel engines. This is a three-year contract with no option periods. This was an acquisition permitting other than full and open competition with two responses received, using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Georgia, with a March 19, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0077). DEFENSE INFORMATION SYSTEMS AGENCY AT&T Corp., Columbia, Maryland, was awarded a firm-fixed-price contract modification (P00012) with a face value of $12,080,764, to exercise Option Year Three of previously awarded sole-source contract HC1013-16-C-0001 for the Northstar Long-Haul Telecommunications Network and associated transmission circuits for an Ultra-High Frequency/Line of Sight communications system network. The modification is funded by fiscal 2019 operations and maintenance funds. Total cumulative face value of the contract is $56,131,776. Performance will be at various sites geographically dispersed across the continental U.S. The period of performance for this action is May 1, 2019, to April 30, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1789590/

  • Contract Awards by US Department of Defense - July 12, 2019

    15 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 12, 2019

    NAVY DLT Solutions LLC, Herndon, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms General Services Administration (GSA) Federal Supply Schedule contracts. The agreement is part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf software; information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publishers are: Appdynamics, Archibus, Cloudbees, Flexera and Polyverse. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community and the Coast Guard. The overall estimated value of this BPA category is $820,450,000. The ordering period will be for a maximum of 10 years from July 12, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance DoD funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Four offers were received and four were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0045). Air New Zealand Gas Turbines, Auckland, New Zealand (N64498-19-D-4028); and MTU Maintenance Brandenburg-Berlin, Ludwigsburg, Germany (N64498-19-D-4029), were both awarded a $70,000,000 indefinite-delivery/indefinite quantity, firm-fixed-priced contract for the commercial depot-level overhaul of up to 24 L0M2500 paired blade turbine gas generators. The Naval Surface Warfare Center, Philadelphia Division, requires the commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 paired blade turbine gas generators, National Stock Number 2S 2835-01-032-9125. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work under the Air New Zealand Gas Turbines contract will be completed at the contractor's facilities in Auckland, New Zealand, and is expected to be completed by June 2023. Work under the MTU Maintenance Brandenburg-Berlin contract will be completed at the contractor's facilities in Ludwigsfelde, Germany, and is expected to be completed by June 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $5,740,811 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded July 10, 2019) C&C Power Solutions LLC,* Columbus, Georgia, is being awarded a $65,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to procure, renovate, repower, overhaul and/or repair different power systems within its fleet of power equipment services at Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (EXWC) Mobile Utilities Support Equipment (MUSE). Initial seed task order is being awarded at $2,559,924 for a four, 900-kilowatt generator package at EXWC MUSE Port Hueneme, California. Work for this task order is expected to be completed by July 2020. All work on this contract will be performed in Port Hueneme, California, and is expected to be completed by July 2025. Fiscal 2019 other procurement, Navy (OP, N) contract funds in the amount of $2,559,924 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OP, N. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The EXWC Acquisitions Department, Port Hueneme, California, is the contracting activity (N39430-19-D-2124). Palantir Technologies, Palo Alto, California, is being awarded a $27,640,000 fixed-price blanket purchase agreement under the Department of Defense (DoD) Enterprise Software Initiative to provide commercial-off-the-shelf hardware, software and services for DoD, the Intelligence community and the Coast Guard. This one-year agreement includes four, one-year option periods, which if exercised, would bring the potential value of this agreement to an estimated $143,800,000 million. The ordering period of the base agreement will be from July 12, 2019, through July 11, 2020. If all options are exercised, the ordering period will extend through July 11, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (DoD) funds. This agreement was non-competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy web site. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0044). Mercury Defense Systems Inc., Cypress, California, is being awarded a $22,901,395 cost-plus-fixed-fee, cost reimbursable order (N00421-19-F-6104) against a previously issued basic ordering agreement (N00421-17-G-0001). This order provides for the development, integration, delivery and test of the Radar Air-to-Ground Environment in support of the Integrated Battlespace Simulation and Test Air Combat Environment Test and Evaluation Facility. Work will be performed in Cypress, California (80%); Patuxent River, Maryland (10%); and Edwards Air Force Base, California (10%), and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $300,000 will be obligated at time of award, none 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. Frontier Technology Inc., Beavercreek, Ohio, is being awarded a $13,236,204 cost-plus-fixed-fee task order (N63394-19-F-0041) under previously awarded indefinite-delivery/indefinite-quantity contract N63394-17-D-0003 for providing enterprise product life cycle management integrated decision environment services. Work will be performed in Washington, District of Columbia (80%); and Chesapeake, Virginia (20%), and is expected to be completed by September 2020. Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (other defense agencies) funding in the amount of $6,722,842 will be obligated at time of award, and $6,122,842 will expire at the end of the current fiscal year. This task order was not competitively procured. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services under this contract cover software development and installation, software configuration management and technical support, software solutions and training. These services are in support of the Affordable System Operation Effectiveness (ASOE) initiatives across the Department of Defense. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $10,870,239 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the first option period under an IDIQ contract for base operations services at Naval Support Activity, Annapolis, Maryland. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not be limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. After award of this option, the total cumulative contract value will be $31,751,865. Work will be performed in Annapolis, Maryland, and the option period is from August 2019 to November 2019. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $7,274,602 for recurring work will be obligated on individual task orders issued during the contract period. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Schuyler Line Navigation Co. (SLNC),* Annapolis, Maryland, is being awarded a $10,595,700 (fixed-price for firm period) firm-fixed-price contract with reimbursable elements, for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $51,435,950. Work will be performed in the Western Pacific Ocean (intentions Japan or Korea), and is expected to be completed, if all options are exercised, by Oct. 29, 2024. Fiscal 2019 transportation working capital funds in the amount of $1,765,950 are being obligated at time of award and none of which will expire at the end of the current fiscal year. Transportation working capital funds will be obligated in fiscal 2020 and will not expire at the end of fiscal 2020. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-R-3504). Paradromics Inc.,* Austin, Texas, is being awarded a contract option in the amount of $8,275,758 from a previously awarded cost type of contract. Support includes development of a neural interface system capable of performing continuous, simultaneous full-duplex (read and write) interaction with at least one thousand neurons in regions of the human sensory cortex. This option builds on the designs and prototypes developed from the base award, and provides in vivo animal testing and human studies. This option has a one-year period of performance from July 12, 2019, through July 11, 2020. Work will be performed at the contractor's facilities in Austin, Texas. The option will be incrementally funded at the time of award in the amount of $3,000,000. The original contract was competitively procured via Defense Advanced Research Projects Agency (DARPA) Broad Agency Announcement (BAA) 16-09 “Neural Engineering System Design (NESD).” Forty-one offers were received and six were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-17-C-4005). AIR FORCE Sossec Inc., has been awarded a $355,000,000 ceiling increase modification (P0030) to previously awarded firm-fixed-price agreement FA8626-17-9-1000 for the propulsion consortium initiative. Work will be performed at Atkinson, New Hampshire, and is expected to be completed by July 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Propulsion Acquisition Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $51,263,809 firm-fixed-price contract modification (P00012) to previously awarded contract FA8204-14-C-0011 for the Minuteman III Intercontinental Ballistic Missile weapon system multiprobe antenna procurement. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by July 13, 2029. Fiscal 2019 procurement funds in the amount of $4,645,109 are being obligated at the time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Layton, Utah, is the contract activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $96,873,221 modification (P00024) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for Apache aircraft integrated logistics support, product assurance and Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $96,873,221 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $29,311,547 modification (P00251) to domestic and foreign military sales (Slovakia) contract W58RGZ-13-C-0040 for the aviation field maintenance services contract. Work will be performed in Afghanistan, Honduras and Germany, with an estimated completion date of Sept. 30, 2019. Fiscal 2010 and 2019 operations and maintenance, Army; and Foreign Military Sales funds in the combined amount of $29,311,547 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Joint Research and Development Inc.,* Stafford, Virginia, was awarded a $25,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firms-fixed-price) contract for operations, research and technology and program and integration support for the U.S. Army Combat Capabilities Development Command, Chemical Biological Center's Chemical Biological Applications and Risk Reductions business unit. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 14, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0008). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $17,789,259 firm-fixed-price contract to upgrade and rehabilitate the water intake pumps 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 Aug. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $17,789,259 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-11-G-0002). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price task order against the competitive single award blanket purchase agreement (BPA) from General Services Administration's Information Technology Schedule 70 contract for commercial satellite communication services, HC1013-18-A-0002, which was awarded April 13, 2018. The face value of this task order is $7,151,397, funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the BPA is $516,700,000 (contract ceiling). Performance will be centralized to the U.S. Central Command, with the BPA representing worldwide coverage. The task order period of performance is four years, consisting of a 12-month base period of July 15, 2019, through July 14, 2020, and three 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (GS-35F-0328V/HC1013-18-A-0002, HC1013-19-F-0119). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1903937/source/GovDelivery/

Toutes les nouvelles