10 février 2024 | International, Terrestre

PERATON awarded $2.8B to support U.S special Operation Command

In support of this contract, Peraton will be hiring roles in the following key areas: cybersecurity, system administration, information technology optimization and automation, and managed network services.

https://www.epicos.com/article/789043/peraton-awarded-28b-support-us-special-operation-command

Sur le même sujet

  • Contract Awards by US Department of Defense - July 07, 2020

    8 juillet 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - July 07, 2020

    ARMY Advanced Technology International, Summerville, South Carolina, was awarded a $450,392,000 modification (P00074) to contract W15QKN-16-9-1002 for large-scale manufacturing of antibodies directed to novel coronavirus. Work will be performed in Summerville, South Carolina; and Tarrytown, New York, with an estimated completion date of June 30, 2021. Fiscal 2020 research, development, test, and evaluation, Army, funds in the amount of $450,392,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded July 6, 2020) Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded a $23,182,248 modification (P00012) to contract W31P4Q-16-D-0017 to increase the contract ceiling amount to enhance and maintain the current suite of distributed digital simulation and system of systems unique development facilities. Work locations and funding will be determined with each order, with an estimated completion date of March 2, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Elite Pacific Construction Inc.,* Kaneohe, Hawaii (N62478-18-D-4022); Su-Mo Builders Inc.,* Honolulu, Hawaii (N62478-18-D-4023); RORE Inc.,* San Diego, California (N62478-18-D-4024); Environet Inc.,* Kamuela, Hawaii (N62478-18-D-4025); Insight Pacific LLC,* Brea, California (N62478-18-D-4026); GM/Bulltrack JV LLC,* Clackamas, Oregon (N62478-18-D-4027); and Alan Shintani Inc.,* Waipahu, Hawaii (N62478-18-D-4028), are awarded a $90,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract. This contract provides for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment that are necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work is expected to be completed by April 2023. After award of this modification, the total cumulative contract value will be $335,000,000. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. The NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. Wiley Wilson Burns & McDonnell JV, Alexandria, Virginia, is awarded a $75,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineering contract for multi-discipline architect-engineer services for general and administrative facilities within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations. All work on this contract will be performed at various Navy and Marine Corps facilities and other facilities within the NAVFAC Washington area of operations including, but not limited to, Maryland (40%); Virginia (40%); and Washington, D.C. (20%). The work to be performed on this contract is design and engineering services of facilities, including but not limited to, child development care, general administrative spaces, dining facilities, commissary and exchange, educational, sports and fitness facilities, museums and memorials, training and instructional facilities, wet labs and electronic laboratories. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. No task orders are being issued at this time and no funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, and eight proposals were received. The NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-20-D-0018). Jacobs EwingCole JV, Pasadena, California, is awarded a $52,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for multi-discipline architect-engineering services for large projects under the military construction program within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). After award of this modification, the total cumulative contract value will be $230,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to, California (87%); Arizona (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for the preparation of design-bid-build construction contract packages; site investigations; cost estimates; post construction award services; preparation of request for proposals for design-build projects; studies and report related to the design of new facilities; technical reviews of government-prepared designs and design-build packages; preparation of planning and programming support documents; coordination of various technical disciplines; and identification and abatement methods for existing hazardous materials. Work is expected to be completed by November 2022. No contract funding is obligated at the time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (Navy). The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). Lyme Computer Systems Inc.,* Lebanon, New Hampshire, is awarded a $31,819,843 not to exceed, indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions for commercial off-the-shelf industrial-grade networking hardware and components manufactured. Work will be performed at the contractor's facility in Lebanon, New Hampshire. This requirement is to provide commercial off-the-shelf industrial-grade networking hardware and components manufactured by Siemens/RuggedCom. The networking equipment is used for installation on operational hulls across multiple ship classes, to include the USS Arleigh Burke (DDG-51); USS Ticonderoga (CG-47); USS Whidbey Island (LSD-41); USS Whidbey Island (LSD-49); USS Avenger (MCM-1); USS Wasp (LHD-1); USS Makin Island (LHD-8); USS San Antonio (LPD-17); USS Nimitz (CVN-68); and the USS Gerald R. Ford (CVN-78), as part of their hull, mechanical, electrical and navigation network infrastructures. Work is expected to be completed by July 2025. Fiscal 2020 other procurement (Navy) funding in the amount of $1,016,509 ($500 minimum guarantee) will be obligated at time of award via individual delivery orders and will not expire at the end of the current fiscal year. The contract was competitively procured as a small-business set-aside via the beta.SAM.gov website and two offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4023). Olympus America Inc., Waltham, Massachusetts, is awarded a $10,570,631 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract is for the production, test and delivery of up to 330 Eddy Current Testing Systems, replacing the currently fielded system, to perform nondestructive inspection of aircraft components and support equipment for fatigue cracks and other surface defects on conductive materials. Work will be performed in Waltham, Massachusetts, and is expected to be completed by June 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0036). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $9,061,423 modification (P00005) to previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N68936-17-D-0017. This modification increases the ceiling of the contract to provide for the production and delivery of two additional Advanced Tactical Datalink test units and five additional detailed technical demonstrations. This modification also provides for studies and analysis of the system relative to emerging mission threats not previously anticipated. Work will be performed in Rolling Meadows and is expected to be completed by August 2022. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Gravois Aluminum Boats LLC, doing business as Metal Shark Boats, Jeanerette, Louisiana, is awarded a $7,027,703 firm-fixed-price delivery order to previously awarded contract N00024-17-D-2209 for the construction, shipping and item unique identification and documentation of four 40-foot patrol boats (PB): PB-2001; PB-2002; PB-2003; and PB-2004. Prices were previously established via the indefinite delivery/indefinite quantity contract. Contract modification (A00002) exercised options for the applicable contract line item numbers (i.e., 4000 series) on June 17, 2020. Work will be performed in Jeanerette, Louisiana. The contractor will provide expert design, planning and material support services. Work is expected to be completed by April 2023. Fiscal 2020 other procurement (Navy) funding in the amount of $7,027,703 will be obligated at time of award and will not expire at the end of the fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. DEFENSE LOGISTICS AGENCY Altitude Technologies, doing business as Chinook Medical Gear Inc., Durango, Colorado, has been awarded a maximum $46,445,291 indefinite-delivery/indefinite-quantity contract for numerous medical surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Colorado, with a July 6, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 defense Warstopper funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0007). BAE Systems Information & Electronic Systems Integration, Greenlawn, New York, has been awarded a $26,305,633 firm-fixed-price delivery order (SPRPA1-20-F-C20G) against five-year basic ordering agreement SPRPA1-17-G-C201 for E-2D aircraft electronic phase shifters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a seven-year, five-month contract with no option periods. Location of performance is New York, with a Nov. 30, 2027, performance completion date. Using customers are Navy and Japanese military. Type of appropriation is fiscal 2020 through 2028 Navy working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2266743/source/GovDelivery/

  • France’s armed forces minister: How AI figures into operational superiority

    3 décembre 2019 | International, C4ISR

    France’s armed forces minister: How AI figures into operational superiority

    By: Florence Parly Robot vs. human: This is the new battle in vogue. Ask Col. Gene Lee, a former fighter pilot and U.S. Air Force pilot trainer, defeated in 2016 by artificial intelligence in an air combat simulation. This specific AI program, even deprived of certain controls, is able to react 250 times faster than a human being. It is one story among many others of how AI technologies play and will play a leading role in operational superiority over the next decades. I personally choose not to oppose the human to the robot. There is no discussion of replacing human intelligence by artificial intelligence, but it will be essential in increasing our capabilities manyfold. AI is not a goal, per se; it must contribute to better-informed and faster decision-making for the benefit of our soldiers. AI means unprecedented intelligence capabilities. Crossing thousands of satellite images with data provided by the dark web in order to extract interesting links: This is what big-data analysis will make possible. AI also means better protection for our troops. To evacuate wounded personnel from the battlefield, to clear an itinerary or a mined terrain — as many perilous tasks that we will soon be able to delegate to robots. Lastly, AI means a stronger cyber defense. Cyber soldiers will be capable of countering at very high speed the increasingly stealthy, numerous and automated attacks that are threatening our systems and our economies. We have everything to win in embracing the opportunities offered by artificial intelligence. This is why the French Ministry of Armed Forces has decided to invest massively in this area. However, we are not naïve, and we do not ignore the risks associated with the development of emerging technologies such as AI. Hence, we chose to develop defense artificial intelligence according to three major principles: abiding by international law, maintaining sufficient human control and ensuring the permanent responsibility of the chain of command. To ensure daily compliance with these principles over the long term and to feed our ethical thought, as new uses of AI appear every day, I decided to create a ministerial ethics committee focused on defense issues. This committee will take office at the very end of this year and will come as an aid to decision-making and anticipation. Its main role will be to address questions raised by emerging technologies and their potential use in the defense field. At the heart of these questions stands an issue that is of interest but also of concern, both within the AI community and within civil society. It comes down to the lethal autonomous weapon systems that some call “killer robots” — weapon systems that would be able to operate without any form of human supervision, that would be able to alter the framework of the mission they are allocated or even assign new missions to themselves. It is important to know that such systems do not exist yet in today's theaters of operation. However, debating about them is legitimate. In fact, France did introduce this issue in 2013 to the United Nations in the framework of the Convention on Certain Conventional Weapons. We do wish these discussions to continue in this multilateral framework, the only one that can eventually bring about a regulation of military autonomous systems, as it is the only one that is altogether universal, credible and efficient. We cannot rule out the risk of such weapons being developed one day by irresponsible states, or falling into the hands of nonstate actors. The need to federate with all other nations in the world is even more imperative. France defends its values, respects its international commitments and remains faithful to them. Our position is unambiguous and has been expressed in the clearest terms by President Emmanuel Macron: France refuses to entrust the decision of life or death to a machine that would act fully autonomously and escape any form of human control. Such systems are fundamentally contrary to all our principles. They have no operational interest for a state whose armed forces abide by international law, and we will not deploy any. Terminator will never march down the Champs-Elysées on Bastille Day. Florence Parly is the armed forces minister in France. https://www.defensenews.com/outlook/2019/12/02/frances-armed-forces-minister-how-ai-figures-into-operational-superiority/

  • 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