23 avril 2024 | International, C4ISR

Resilient Together with Priority Telecommunications Services (PTS) | CISA

Sur le même sujet

  • Contract Awards by US Department of Defense - July 2, 2019

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

    Contract Awards by US Department of Defense - July 2, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $348,223,161 for modification P00019 to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0001). This modification is for production non-recurring, special tooling and special test equipment in support of low-rate initial production Lot 12 F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DoD) partners and foreign military sales (FMS) customers. Work will be performed in Fort Worth, Texas (23.80%); El Segundo, California (23.86%); San Diego, California (17.03%); Samlesbury, United Kingdom (7.65%); Orlando, Florida (6.63%); Cedar Rapids, Iowa (3.44%); Nashua, New Hampshire (2.71%); Clearfield, Utah (2.15%); Marietta, Georgia (1.77%); East Aurora, New York (1.59%); Palmdale, California (1.40%); Cheltenham, United Kingdom (0.96%); Turin, Italy (0.81%); Clearwater, Florida (0.79%); Melbourne, Florida (0.60%); Irvine, California (0.58%); Kongsberg, Norway (0.53%); Arlington, Texas (0.48%); Rolling Meadows, Illinois (0.46%); Tempe, Arizona (0.38%); Inglewood, California (0.33%); Papendrecht, Netherlands (0.28); Garden Grove, California (0.21%); Montmorency, Australia (0.20%); Marion, Virginia (0.17%); Independence, Ohio (0.14%); Amesbury, Massachusetts (0.13%); Rome, New York (0.13%); Los Angeles, California (0.10%); Hot Springs, Arkansas (0.10%); Lystrup, Denmark (0.09%); Grand Rapids, Michigan (0.09%); Owego, New York (0.07%); Sharon, Massachusetts (0.06%); Wichita, Kansas (0.06%); Boulder, Colorado (0.05%); Carlsbad, California (0.04%); Ontario, California (0.04%); Delta, British Columbia, Canada (0.03%); Long Beach, California (0.01%); Lindenhurst, New York (0.01%); Eskisehr, Turkey (0.01%); Saint Peters, Missouri (0.01%); Santa Fe Springs, California (0.01%); and Rancho Cucamonga, California (0.01%). Work is expected to be completed in August 2022. Fiscal 2017 aircraft procurement (Navy and Marine Corps); fiscal 2018 and 2019 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. DoD partner and FMS funds in the amount of $348,223,161 are being obligated at time of award, $17,899,115 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($129,642,270; 38%); Navy ($69,738,685; 20%); Marine Corps ($61,001,500; 17%); non-U.S. DoD partners ($60,840,706; 17%) and FMS customers ($27,000,000; 8%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Anchor Innovation Inc.,* Virginia Beach, Virginia (N50054-19-D-1901); Beach Marine Services Inc.,* Portsmouth, Virginia (N50054-19-D-1902); Colonna's Shipyard Inc.,* Norfolk Virginia (N50054-19-D-1903); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1904); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1905); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1906); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N50054-19-D-1907); United States Marine Inc.,* Gulfport, Mississippi (N50054-19-D-1908); and Willard Marine Inc.,* Virginia Beach, Virginia (N50054-19-D-1909) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot I, and Colonna's Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1910); East Coast Repair and Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1911); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1912); and Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1913) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot II, are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to furnish the management, material support services, labor, supplies and equipment deemed necessary to provide marine boatyard and industrial support which includes modifications, upgrades, service life extension and repairs to non-commissioned boats, crafts, lighterage and service craft and/or their associated systems and periodic maintenance. These contracts include options which, if exercised, would bring the cumulative ceiling value to $216,979,810. These nine small businesses will have the opportunity to provide offers for individual delivery orders. Work will be performed in the Hampton Roads, Virginia, area and is expected to be complete by July 2020, and work is expected to be completed by July 2024, if all options are exercised. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,500 ($2,500 minimum guarantee per contract) was obligated under each contract's initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website with nine offers received. The Navy's Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded a maximum $99,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, single award task order contract for aerospace medical and environmental health research support services at the Naval Medical Research Unit-Dayton. Work will be performed in Dayton, Ohio, and is expected to be completed by July 7, 2024. Fiscal 2019 research, development, testing and evaluation (Navy) funding in the amount of $1,000,000 will be obligated upon award under an initial incrementally funded task order and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5005). RWG (Repair & Overhauls) USA Inc., Houston, Texas (N64498-19-D-4019); and the Canadian Commercial Corp. representing Standard Aero Energy Co. (SAE) Winnipeg, Manitoba (N64498-19-D-4020) are each awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract for depot level overhaul of Navy 501-K34 marine gas turbine engines for a program cumulative value of $70,000,000. The 501-K34 marine gas turbine engines are used on the Navy ship class DDG-51. Orders will be competed between both offerors. Work under N64498-19-D-4019 will be performed in Houston, Texas, and work under N64498-19-D-4020 will be performed in Winnipeg, Manitoba, and is expected to be completed by March 2024. No funding will be obligated at time of award. Funds will be obligated as individual orders are issued. These contracts were not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), Limited Number of Responsible Sources. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $21,689,142 cost-plus-fixed-fee delivery order (N00019-19-F-2972) against a previously issued basic ordering agreement (N00019-19-G-0029). This order procures the CH-53K Data Transfer Unit and Defensive Electronic Countermeasure System Replacement program and includes necessary Non Recurring Engineering (NRE) to replace existing subsystems within the CH-53K production aircraft. NRE tasks include investigation, systems engineering support, risk analysis, integration development, weight impact and publication updates. Work will be performed in Stratford, Connecticut (44.02%); Cedar Rapids, Iowa (41.74%); Fort Worth, Texas (7.41%); Vergennes, Vermont (2.81%); City of Industry, California (1.9%); Costa Mesa, California (1.18%); and various locations within the continental U.S. (.94%), and is expected to be completed in January 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $21,689,142 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Epsilon Systems Solutions Inc.,* Portsmouth, Virginia, is awarded a $14,589,487 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair, restoration, overhaul, assembly and test services of the Naval Submarine Universal Modular Mast (UMM). The UMM systems will be completely overhauled off-hull at the vendor's facility to a ready-for-issue status to support the fleet during maintenance availabilities. Required services will be determined on an individual task order level. Work will be performed in Portsmouth, Virginia, and is expected to be completed by July 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $566,676 will be obligated at time of award via the first task order and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4027). Frequentis Defense Inc., Columbia, Maryland, is awarded an $8,454,481 firm-fixed-price contract for non-recurring engineering and logistics for the design, development, test, manufacture and repair of the MD-5A Unmanned Carrier Aviation Mission Control System, which will support the MQ-25 Stingray unmanned air vehicle. The integrated computer system will transport voice communications from carrier-based air vehicle operators to local audio switches, local radio terminals and remote radio terminals. Work will be performed in Columbia, Maryland, and is expected to be completed in March 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,454,481 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0276). Tompco Inc.,* Seabeck, Washington, is awarded $8,221,449 for firm-fixed-price task order N44255-19-F-4283 under a previously awarded multiple award construction contract (N44255-17-D-4014) for the RM #19-0166 asbestos abatement and replacement of steam condensate and high pressure drain systems, Naval Base Kitsap, Puget Sound, Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington. Scope of work includes the abatement of asbestos and replacement of systems throughout the steam distribution system to improve worker safety. This project consists of High Efficiency Particulate Air (HEPA) vacuuming all surfaces, wet wiping, scraping, shoveling, scrubbing and/or mopping where HEPA vacuuming is inadequate to containment and removal of any mud, sand, soil and dust/debris from surfaces including floors, abandoned piping removal and replacement of piping and insulation. The project area is DD5 service gallery and all connected laterals, trenches, utilidors, etc. The work will be performed in Bremerton, Washington, and is expected to be completed by Feb. 3, 2020. Fiscal 2019 working capital contract funds in the amount of $8,221,449 are obligated on this award and will not expire at the end of the current fiscal year. Five solicitation emails were sent and four proposals were received for this task order. The Naval Facilities Engineering Command (NAVFAC), Northwest, Silverdale, Washington, is the contracting activity for the basic contract and the NAVFAC Bremerton Field Engineering, Acquisition Department is the contracting activity for the task order. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $7,103,403 for cost-plus-fixed-fee order N00019-19-F-2555 against a previously issued basic ordering agreement N00019-19-G-0029. This order procures non-recurring engineering, development, tooling, manufacturing, qualification, reporting and delivery of the nose, main, intermediate and tail gearbox gears in support of the low rate initial production of the CH-53K aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,103,403 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Yulista Support Services,* Huntsville, Alabama, was awarded a $226,911,155 cost-plus-fixed-fee contract for maintenance and modifications of C5ISR flight activity platforms. Bids were solicited via the internet with zero received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-19-D-0002). Cornforth Consultants Inc.,* Portland, Oregon (W91237-19-D-0016); K S Ware & Associates LLC,* Nashville, Tennessee (W91237-19-D-0017); and Aterra-Schnabel JV,* Ambler, Pennsylvania (W91237-19-D-0015), will compete for each order of the $15,000,000 firm-fixed-price contract for national dam safety engineering and design services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of July 1, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. AIR FORCE Leidos Inc., Reston, Virginia, has been awarded a $66,752,500 cost-plus-fixed-fee contract for rapid technology development and demonstrations. This contract provides for the development of new/novel concepts for sensor and systems of sensor systems across the multiple domains and spectrums that aid in command, control, communications, computers, intelligence, surveillance and reconnaissance and battlespace awareness. Work will performed in Reston, Virginia, with base support at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 12, 2024. This award is a result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $546,050 are being obligated at the time of award. Contracting activity is the U.S. Air Force, Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson AFB, Ohio (FA8650-19-C-1941). Engility Corp., Andover, Massachusetts, has been awarded a $40,000,000 firm-fixed-price/cost reimbursement/cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center, Advanced Systems and Development Directorate, Ground Systems and Space Operations Division at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration and sustainment services supporting the current ground system enterprise throughout its evolution, including the transition to and buildout of enterprise ground services. Work will be performed at Kirtland AFB, New Mexico; Schriever AFB, Colorado; Buckley AFB, Colorado; Colorado Springs, Colorado; Space Based Infrared Radar Payload On-Orbit Test Station facility, Azusa, California; the Space Management Battle Lab, Colorado Springs, Colorado; Vandenberg AFB, California, as well as future sites at Naval Research Laboratory, Blossom Point, Maryland, and is expected to be completed by Sept. 20, 2019. This award is the result of a sole source acquisition. Space and Missile Systems Center, Advanced Systems & Development Directorate, Kirtland AFB, New Mexico, is the contracting activity (FA8818-19-D-0004). General Dynamics Information Technology Inc., doing business as General Dynamics Mission Systems, Fairfax, Virginia, have been awarded a $35,683,952, cost-plus-incentive-fee modification (P00015) to previously awarded FA8307-17-F-0004 for next generation GEO overhead persistent infrared (NGG-OPIR). The contract modification provides for additional Medium/LargeSat Common Solutions (MLCS) variants for the NGG-OPIR program, additional MLCS engineering development modules, increased tempest testing and to fund an overrun. Work will be performed at General Dynamics Mission System, Scottsdale, Arizona, and is expected to be completed by March 31, 2022. Fiscal 2019 research and development funds in the amount of $12,726,494.04 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic Systems Division, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity. DEFENSE LOGISTICS AGENCY Valley Apparel, LLC,* Knoxville, Tennessee, has been awarded a maximum $10,794,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy working uniform parkas. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Location of performance is Tennessee, with a July 1, 2020 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1172). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1895053/source/GovDelivery/

  • Contract Awards by US Department of Defense - May 19, 2020

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

    Contract Awards by US Department of Defense - May 19, 2020

    NAVY Viasat Inc., Carlsbad, California, is awarded a $998,828,164 maximum potential value, indefinite-delivery/indefinite-quantity contract for the production, retrofits, development and sustainment of the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) terminals. Currently, there are three variants of MIDS JTRS terminals: the Concurrent Multi-Netting-4, the Tactical Targeting Network Technology and the F-22 variant. Work will be performed in Carlsbad, California, and these terminals will continue to be procured, sustained and updated for future growth, including JTRS advanced networking waveforms such as: multifunction advanced data link, intra-flight data link and other advanced networking waveforms. The MIDS JTRS terminal is a line-of-sight radio system for collecting and transmitting broadband, jam-resistant, secure data and voice across a variety of air, sea and ground platforms. Work is expected to be complete by May 2025. Funds in the amount of $48,280,914 will be placed on contract and obligated on the first delivery order concurrent with contract award, which will meet the minimum order requirement. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $8,223,208; and other procurement (Navy) funds in the amount of $1,532,559 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $12,135,592; other procurement (Air Force) funds in the amount of $1,645,504; and research development test and evaluation (Air Force) funds in the amount of $205,688 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2020 defense-wide procurement in the amount of $1,234,128; and defense National Guard and reserve equipment in the amount of $2,673,944 will be obligated at time of award and will not expire at the end of the current fiscal year. Non-appropriated funds for Foreign Military Sales (FMS) in the amount of $15,015,224; and foreign cooperative programs in the amount of $617,064 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2018 aircraft procurement (Air Force) in the amount of $3,702,384; and other procurement (Navy) in the amount of $1,295,619 will be obligated at time of award and will expire at the end of the current fiscal year. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as purchases for NATO and all NATO nations under the FMS program. This contract was competitively procured, and two proposals were received. The Naval Information Warfare System Command, San Diego, California, is the contracting authority and awarded the contract on behalf of the MIDS Program Office (PMA/PMW-101) (N00039-20-D-0058). Data Link Solutions LLC, comprised of BAE, Wayne, New Jersey; and Collins Aerospace, Cedar Rapids, Iowa, is awarded a $998,828,164 maximum potential value, indefinite-delivery/indefinite-quantity (IDIQ) contract for the production, retrofits, development and sustainment of the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) terminals. Work will be performed in Cedar Rapids, Iowa (50%); and Wayne, New Jersey (50%). Currently, there are three variants of MIDS JTRS terminals: the Concurrent Multi-Netting-4, the Tactical Targeting Network Technology and the F-22 variant. These terminals will continue to be procured, sustained and updated for future growth, including JTRS advanced networking waveforms such as: multifunction advanced data link, intra-flight data link and other advanced networking waveforms. The MIDS JTRS terminal is a line-of-sight radio system for collecting and transmitting broadband, jam-resistant, secure data and voice across a variety of air, sea and ground platforms. The ordering period for this IDIQ contract is through May 2025. Funds in the amount of $64,137,404 will be placed on contract and obligated on the first delivery order concurrent with contract award, which will meet the minimum order requirement. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $10,970,335; other procurement (Navy) funds in the amount of $1,802,447; and ship construction procurement (Navy) funds in the amount of $195,965 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $16,461,060; other procurement (Air Force) funds in the amount of $1,959,650; and research development, test and evaluation (Air Force) funds in the amount of $1,175,790 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2020 defense-wide procurement in the amount of $1,567,720; and defense National Guard and reserve equipment in the amount of $3,331,405 will be obligated at time of award and will not expire at the end of the current fiscal year. Non-appropriated funding for Foreign Military Sales (FMS) in the amount of $20,598,117; and foreign cooperative programs in the amount of $979,825 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2018 aircraft procurement (Air Force) in the amount of $5,095,090 will be obligated at time of award and will expire at the end of the current fiscal year. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as purchases for NATO and all NATO nations under the FMS program. This contract was competitively procured, and two proposals were received. The Naval Information Warfare System Command, San Diego, California, is the contracting authority and awarded the contract on behalf of the MIDS Program Office (PMA/PMW-101) (N00039-20-D-0057). Intercontinental Construction Contracting Inc.,* Passaic, New Jersey (N40080-20-D-0011); FBGC JV LLC,* Hampton, Virginia (N40080-20-D-0012); Pontiac Drywall Systems Inc.,* Pontiac, Michigan (N40080-20-D-0013); Maclean-Ocean JV LLC,* Bethesda, Maryland (N40080-20-D-0014); RAND Enterprises Inc.,* Newport News, Virginia (N40080-20-D-0015); and Aimcon Design Build LLC,* Harvey, Louisiana (N40080-20-D-0016), are awarded $99,000,000 for an indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). All work on this contract will be performed primarily within the NAVFAC Washington AOR to include District of Columbia (40%); Virginia (40%); and Maryland (20%). Intercontinental Construction Contracting Inc. is awarded initial task order at $169,821 for the construction of seven above-ground storage tanks and two pump houses at Chesapeake Beach Detachment, Maryland. The work to be performed provides repairs, new construction and alterations to shore facilities and utilities. Additionally, work may also include but are not limited to, engaging in installing and serving mechanical, electrical, plumbing, heating, air-conditioning, building's equipment and other specialized trades. Work for this task order is expected to be complete by June 2021. The term of the contract is not to exceed 24 months, with an expected completion date of May 2022. Fiscal 2020 Navy working capital funds (NWCF); and fiscal 2020 supervision, inspection and overhead contract funds in the amount of $194,821 are obligated on this award and will expire at the end of the current fiscal year. The maximum dollar value including the base period and one option year for all six contracts combined is $99,000,000. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and NWCF. This contract was competitively procured via the Beta Sam website, and 23 proposals were received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Washington, Washington, D.C., is the contracting activity. Applied Systems Engineering Inc., Niceville, Florida, is awarded a $10,600,000 modification on an indefinite-delivery/indefinite-quantity delivery order N001781-70-D-2053 for additional quantities of Advanced Tactical Navigation units as well as various upgrades, repairs and associated support. Work will be performed in Niceville, Florida, and is expected to be complete by April 2022. This modification raises the contract ceiling to $22,259,073. This modification is being awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-2, Unusual and Compelling Urgency (see 10 U.S. Code 2304(c)(2)). No funds are being obligated at the time of award, and will be obligated on individual orders as they are issued. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity. W. F. Magann Corp., Portsmouth, Virginia, is awarded a $10,234,262 firm-fixed-price modification for replacement of the Dry Dock 4 north side duct bank at the Norfolk Naval Shipyard, Virginia. Work will be performed in Portsmouth, Virginia, and includes, but is not limited to, demolition of the existing terracotta duct banks and installation of structural, concrete encased duct banks for the electrical systems, shore power, industrial power, capstan power and telecommunications systems. Work is expected to be complete by July 2022. After award of this modification, the cumulative contract value will be $174,551,064. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,234,262 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9014). AIR FORCE Ventech Inc., Largo, Maryland, has been awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for performance of the Base Level Software Support V contract. This contract provides for purchasing of commercial software, software maintenance and bundled maintenance, filing purchases and license information database operations and maintenance, report generation and general support to address software, documentation and licensing issues. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed May 30, 2030. The period of performance for this services contract is for a five year base period with one five year option. This award is the result of competitive acquisition and 18 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $106,723 will be obligated at the time of award. Air Force Testing Center, Eglin AFB, Florida, is the contracting activity (FA2486-20-D-0009). Survice Engineering Co. LLC, Belcamp, Maryland, has been awarded a not-to-exceed $89,489,901 indefinite-delivery/indefinite-quantity contract for the Defense Technical Information Center (DTIC). This contract provides for the acquisition, storage, retrieval, synthesis, analysis and dissemination of 22 technical focus areas and scientific technical information for the Department of Defense Information Analysis Center mission. Work will be performed at Fort Belvoir, Virginia, and is expected to be completed Dec. 31, 2026. This contract is the result of a competitive acquisition and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,600 will be obligated at the time of award. The Air Force Installation Contracting Center, Offutt Air Force Base, Nebraska, is the contracting activity (FA8075-20-D-0001). Sea Box Inc., East Riverton, New Jersey, has been awarded a $77,454,898 requirements order for basic expeditionary airfield resources expandable bicon shelter hygiene systems for the Support Equipment and Vehicles division at Robins Air Force Base. The order provides for the production of 43 initial quantities and best estimated quantities (BEQ) of five each under the basic period, BEQ of 26 for Option Period One, BEQ of 44 each for Option Period Two, BEQ of 30 each for Option Period Three, and BEQ of 30 each for Option Period Four. Work will be performed in East Riverton, New Jersey, and is expected to be completed May 18, 2024. This award is the result of a sole-source acquisition. Fiscal 2019 other procurement funds in the amount of $15,422,303; and fiscal 2020 other procurement funds in the amount of $2,500,914 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-20-F-0026). ManTech SRS Technologies Inc., Herndon, Virginia, has been awarded a $20,916,894 cost-plus-fixed-fee and firm-fixed-price modification (P00056) to contract FA8811-10-C-0002 for systems engineering and integration services. Work will be performed at Los Angeles Air Force Base, California; Vandenberg AFB, California; and Cape Canaveral Air Force Station, Florida. Work is expected to be completed Sept. 22, 2020. Fiscal 2020 procurement funds in the amount of $17,673,379; fiscal 2020 operations and maintenance funds in the amount of $1,503,797; and fiscal 2020 research development test and evaluation funds in the amount of $729,723 are being obligated at the time of award. Total cumulative face value of the contract modification and option is $20,916,894. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. ARMY Vigil America Inc., Deland, Florida, was awarded a $49,000,000 firm-fixed-price contract for the Electronic Automatic Activation Device. 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 May 14, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-D-0015). WASHINGTON HEADQUARTERS SERVICES UPDATE: The contract announced yesterday, May 18, 2020, to Chenega Healthcare Services LLC, San Antonio, Texas (HQ0034-20-D-0008), to provide COVID-19 contact tracing for Pentagon support services, was actually awarded today. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2192036/source/GovDelivery/

  • Philippines rethinks military modernization plan after China clashes

    23 octobre 2023 | International, Naval

    Philippines rethinks military modernization plan after China clashes

    Lawmakers have relayed support in passing supplemental budgets for intelligence and materiel acquisitions related to South China Sea operations.

Toutes les nouvelles