21 octobre 2020 | International, Terrestre, Sécurité

Rheinmetall eyes do-over in new pitch of its Lynx vehicle to the US Army

COLOGNE, Germany — Rheinmetall is teaming with Textron Systems to pitch the Lynx KF41 vehicle as a Bradley replacement to the U.S. Army, the company announced Tuesday.

The campaign marks the second time that the Düsseldorf, Germany-based company is targeting the Optionally Manned Fighting Vehicle program following an unsuccessful attempt last year that eventually saw the ground service halt the race.

This time around, Rheinmetall is putting greater emphasis on a U.S. footprint, led by its growing American Rheinmetall Vehicles subsidiary based in Sterling Heights, Michigan. Textron, as the newcomer on Team Lynx, is meant to be front and center when it comes to manufacturing and robotics capabilities.

“Textron Systems' Slidell, Louisiana, vehicle production facility has supported more than 15 armored vehicle programs of record supporting over 20 countries,” Henry Finneral, senior vice president and general manager of Textron Systems' Marine and Land Systems business, said in a statement. “We stand ready to support the team and the US Army and deliver a trusted platform for the future.”

Matt Warnick, managing director at American Rheinmetall Vehicles, said the “teaming agreement brings together two of the world's leading providers of defense industry solutions."

Raytheon remains part of the team.

Executives hope the new Army competition will give all bidders more leeway in fine-tuning their eventual offers to the service's requirements. That marks a contrast to the previous acquisition attempt, where the ground service essentially wanted specific features already built into prototype vehicles, with little time for companies to adjust.

This time around, the Army plans to downsize to five bidders, then three, before picking an eventual winner. A final request for proposals is expected late this year or early next.

Service officials have put competitors on notice that an open architecture in the vehicle design will be at a premium, a feature that Rheinmetall touted in its bid notice.

“The network is almost more important in some ways than building the combat vehicles,” Maj. Gen. Brian Cummings, program executive officer of ground combat systems, told Defense News in an interview ahead of the Association of the U.S. Army's virtual conference, which ended last week.

Rheinmetall previously planned to present the teaming arrangement with Textron at this year's AUSA show if the event had taken place in person.

https://www.defensenews.com/global/europe/2020/10/20/rheinmetall-eyes-do-over-in-new-pitch-of-its-lynx-vehicle-to-the-us-army/

Sur le même sujet

  • Contract Awards by US Department of Defense - June 01, 2020

    2 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 01, 2020

    NAVY American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $218,034,586 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0071). This contract provides research, development, management, design, fabrication, installation, integration, upgrade, analysis, documentation and operations and maintenance for the Integrated Battlespace Simulation and Test department, the advanced aircraft research, development, test and evaluation, integrated combat environment capabilities and laboratories and facilities. Work will be performed in Patuxent River, Maryland, and is expected to be complete by May 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. TTS/LTS JV LLC,* Leavenworth, Kansas (N62473-20-D-1101); and Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-20-D-1102), are awarded $99,000,000 for a small business set aside, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for grounds maintenance and pavement clearance services at Navy and Marine Corps installations located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of operations. All work on this contract will be performed in California (91%); Nevada (5%); Arizona (1%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for recurring and non-recurring grounds maintenance and pavement clearance services throughout the period of performance to meet routine, daily operational needs. Grounds maintenance and landscaping services may include mowing, trimming, edging, irrigation system maintenance, debris removal, shrub and hedge maintenance, plant and bed maintenance, tree maintenance, irrigation, fertilization, aeration and de-thatching. Maintenance of storm drainage systems is limited to debris removal and vegetation control. Pavement clearance services may include removing, hauling and disposing of snow, ice and sand, street sweeping, grounds cleanup and erecting/removing snow fences. In addition, this annex includes pier sweeping and pavement clearance for the pier. The maximum dollar value for the two contracts combined is $99,000,000. No task orders are being issued at this time. The term of the contract is not to exceed 60 months and work is expected to be complete by 2025. Fiscal 2020 operations and maintenance (O&M) (Navy) contract funds in the amount of $1,000 ($500 for each contract) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M (Navy) and O&M (Marine Corps) funds. This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. These two contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. AECOM-Baker NAVFAC Atlantic A-E Design JV, Roanoke, Virginia, is awarded $95,000,000 for an indefinite-delivery/indefinite-quantity, architect-engineering contract (N62470-20-D-0008) with a maximum amount of $95,000,000 for general type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa Central area of operations and worldwide. The work to be performed provides for architectural and engineering services for general type facilities and may include, but is not limited to, DD1391 documentation, design-build request for proposals, design-bid-build construction documents (using NAVFAC-supported software), cost engineering services including cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, training, program management, conceptual designs, geotechnical subsurface exploration and studies (including but not limited to soil borings), hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, operations and maintenance support information, commissioning, construction inspection and engineering consultation services during construction and other related services. The term of the contract is not to exceed 60 months and work is expected to be complete by April 2025. No task orders are being issued at this time. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with six proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Team Housing Solutions Inc.,* New Braunfels, Texas, is awarded a not-to-exceed $70,000,000 single-award, pre-priced, indefinite-delivery/indefinite-quantity contract (N4523A-20-D-1302) with firm-fixed-price task orders for long-term (greater than 31 days) lodging for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's temporary duty personnel as they conduct ship repair and maintenance. Work will be performed in San Diego, California, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,245,367 will be obligated for an initial task order shortly after the base contract award to satisfy the contract minimum guarantee of $1,000 and will expire at the end of the current fiscal year. Task orders will be obligated in accordance with Federal Acquisition Regulation 52.216-19. This contract was competitively procured via the beta.sam.gov website and eight offers were received. In accordance with 10 U.S. Code 2304 (a), this contract was competitively procured as a total small business set-aside. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. The MathWorks Inc., Natick, Massachusetts, is awarded a $49,507,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00421-20-D-0113). This contract procures licenses for MathWorks products and associated services for the Department of Navy at multiple commands, including but not limited to: Naval Air Systems Command, Naval Sea Systems Command, the Office of Naval Research and the U.S. Naval Research Laboratory, associated subordinate commands and warfare centers. Work will be performed in Natick, Massachusetts, and is expected to be complete by May 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, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Owego, New York, is awarded a $37,835,381 firm-fixed-price, cost-plus-fixed-fee order (N00019-20-F-0350) against previously issued basic ordering agreement N00019-19-G-0029. This order provides for retrofits from the Generation III, V and VI Mission Computer (MC) configuration to the Generation 3i and 5i MC configuration on the MH-60R/S Seahawk helicopter (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Work will be performed in Owego, New York (97%); and Clearwater, Florida (3%). This order also provides for retrofits from the Generation III and V Flight Management Computer (FMC) configuration to the Generation 3i and 5i FMC configuration on the MH-60R/S aircraft (186 for the Navy, seven for the government of Australia, five for the government of Denmark, and two for the government of Saudi Arabia). Additionally, this order provides for the procurement of 162 wiring kits for the Navy, nine for the government of Australia, three for the government of Denmark, and three for the government of Saudi Arabia. Work is expected to be complete by May 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,832,526; fiscal 2020 aircraft procurement (Navy) funds in the amount of $27,086,960; and Foreign Military Sales funds in the amount of $2,915,895 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. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $34,427,808 firm-fixed-price modification to previously awarded contract N00019-17-C-0081 to exercise an option for the production of 16 MT7 gas turbine engines in support of the Ship-to-Shore Connector (SSC) Landing Craft, Air Cushion (LCAC) 100 Class craft. Work will be performed in Indianapolis, Indiana. MT7 Marine gas turbine engines are the main propulsion gas turbines for the SSC craft. The Naval Air Systems Command (NAVAIR) previously awarded contract N00019-17-C-0081 to Rolls-Royce Corp. to procure an estimated quantity of 126 AE1107C engines in support of Navy and Marine Corps programs. The MT7 shares a high degree of parts commonality with the AE1107C. In an effort to reduce program costs and take advantage of NAVAIR's variation-in-quantity provisions with step-ladder pricing, NAVSEA procures MT7 engines directly from Rolls-Royce Corp. and provides them to Textron as government furnished equipment for incorporation into the SSC LCAC 100 Class craft. Work is expected to be complete by June 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $34,427,808 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Northrop Grumman Systems Corp. Aerospace Systems, Melbourne, Florida, is awarded a $27,554,445 modification (P00015) to previously awarded fixed-price, incentive-firm-target contract N00019-18-C-1037. This modification provides recurring production and non-recurring engineering in support of the incorporation of beyond line of sight, tactical targeting network technology, navigation warfare and electronic support measures cable modifications into full rate production Lots 7-11 of the E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (23.01%); St. Augustine, Florida (22.32%); Rolling Meadows, Illinois (15.5%); Marlborough, Massachusetts (8.36%); Boulder, Colorado (7.44%); Petaluma, California (4.69%); Irvine, California (4.53%); Ronkonkoma, New York (2.28%); Salisbury, Maryland (1.9%); Scottsdale, Arizona (1.5%); Gardena, California (1.48%); Stockton, California (1.12%); and various locations within the continental U.S. (5.87%). Work is expected to be complete by September 2026. Fiscal 2019 aircraft procurement (Navy) funds for $14,109,762 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. Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $27,202,797 indefinite-delivery/indefinite-quantity contract (N62470-20-D-0010) for base operations support (BOS) services at Isa Air Base, Bahrain, and its outlying support sites including the Patriot Battery Site, Riffa, Bahrain. The maximum dollar value, including the base period and seven option periods, is $210,090,820. Work will be performed in Riffa, Bahrain. The BOS services to be performed include general information, management and administration, fire and emergency services, safety, supply, housing (bachelor/unaccompanied housing), force protection, galley, facilities investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, utility management, electrical, wastewater, water, transportation and environmental. Work is expected to be complete by August 2028. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $19,071,686 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $26,784,000 undefinitized contract modification (P00015) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification supports non-recurring engineering efforts to develop and certify a retrofit solution to support the structural requirements for full-up destruction and suppression of enemy air defenses capabilities for Lot 14 and Lot 15 F-35A Lightning II combat aircraft for the Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (70%); and Redondo Beach, California (30%), and is expected to be complete by August 2022. Fiscal 2020 research, development, test and evaluation (Air Force) funds for $2,124,575; and non-DOD participant funds for $1,780,400 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. Huntington Ingalls Industries Inc., Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $17,176,332 cost-plus-fixed fee, cost-plus-incentive fee contract (N42158-20-C-0003) for maintenance and modernization on board U.S. Ship Harry S. Truman (CVN 75) during the fiscal 2020 extended carrier incremental availability at Norfolk Naval Shipyard. Work will be performed in Portsmouth, Virginia (88%); Newport News, Virginia (11%); and Norfolk, Virginia (1%), and is expected to be complete by February 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $17,176,332 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one responsible source, and no other supplies or services will satisfy agency requirements. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity. Progeny Systems Corp., Manassas, Virginia, is awarded an $8,369,782 cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6115 to exercise and fund options for the procurement of Navy engineering systems and services. Work will be performed in Manassas, Virginia (80%); Chesapeake, Virginia (10%); and Middletown, Rhode Island (10%), and is expected to be complete by May 2024. Fiscal 2019 and 2020 research, development, test and evaluation (Navy); and 2020 other procurement (Navy) funding in the amount of $4,424,463 will be obligated at time of award and funding in the amount of $18,284 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. L3 Harris Technologies Inc., Van Nuys, California, is awarded a $7,212,790 cost-plus-incentive-fee order under basic ordering agreement N00024-19-G-5500 for the development, testing and delivery of AN/SPS-48G(V)1 radar data processor and radar display and control function software, firmware updates for the I/Q processor and synchronizer and other hardware changes. Work will be performed in Van Nuys, California. The AN/SPS-48E and the AN/SPS-48G are the two variants of the AN/SPS-48 radar presently in service with the Navy. The AN/SPS-48G has progressively been replacing the AN/SPS-48E starting in fiscal 2011 and continuing through fiscal 2028. This order is for the development, testing and delivery of the AN/SPS-48G(V)1 radar data processor software version 2.0.0 and radar display and control function software version 2.0.0, firmware updates for the I/Q processor and synchronizer and other hardware changes. This order will implement a subset of the advanced training domain requirements, correct radar performance issues and perform the engineering and development of any hardware changes that might be necessary. Work is expected to be complete by November 2022. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $2,277,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(1), with only one responsible source; no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5502). AIR FORCE Wickr Inc., San Francisco, California, has been awarded a ceiling $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Wickr-based recall, alert and messaging (Wickr RAM) services. Wickr RAM services require an Air Force Cloud One and Air Force Special Operations Command cloud certified fully managed service provider. This contract provides Wickr RAM is a Department of Defense (DOD)-approved/Federal Information Processing Standards certified application suite that provides end-to-end encrypted file, video, chat, text and voice services for end-users. The application suite includes servers that run in a DOD-approved cloud data center and client applications that run on government issued, personal and temporary computers and mobile devices. Work will be performed at the contractor's facility and is expected to be completed May 31, 2022. Fiscal 2020 operations and maintenance funds in the amount of $7,700,000 are being obligated at the time of award. Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-20-D-0001). Kryptowire LLC,* Tysons Corner, Virginia, has been awarded a $7,764,985, cost-plus-fixed-fee modification to contract FA8750-18-C-0054 for software, hardware and reports. The contract modification is to design, develop, implement, evaluate and deliver software that is capable of collecting sensor information from Android and iOS smartphones and software that is capable of managing users, devices and applications to help manage and maintain the sensor collection process. Work will be performed in Tysons Corner, Virginia, and is expected to be completed Feb. 22, 2022. The total cumulative face value of the contract is $13,166,095. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,158,286 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity. DEFENSE LOGISTICS AGENCY Gaumard Scientific Co. Inc.,** Miami, Florida, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 117 responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a May 31, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0042). Raytheon Co., Andover, Massachusetts, has been awarded a maximum $7,551,872 firm-fixed-price contract for electrical cabinets. 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 three-year, 11-month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2024, estimated performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-20-C-0028). ARMY The Boeing Co., Mesa, Arizona, was awarded a $17,463,002 firm-fixed-price contract to furnish all services, facilities, labor, parts, materials, equipment, tools and data necessary to accomplish the inspection, overhaul, and upgrade for AH-64 Apache equipment. 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 May 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0065). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,624,433 modification (P00106) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles (Army) funds; 2020 Foreign Military Sales (Egypt) funds; and 2020 operations and maintenance (Army) funds in the amount of $11,624,433 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small business **Woman-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2204288/source/GovDelivery/

  • F-35 weapon capability enhancements for the UK and Italy

    23 septembre 2021 | International, Aérospatial

    F-35 weapon capability enhancements for the UK and Italy

    This builds on the successful integration work that commenced in 2019 by BAE Systems, Lockheed Martin and MBDA to upgrade the UK F-35 weapon systems.

  • Contract Awards by US Department of Defense - June 16, 2020

    17 juin 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - June 16, 2020

    ARMY EA-Wood-2 MP JV,* Hunt Valley, Maryland (W912DY-20-D-0073); and Gsina-Gilbane JV LLC,* Flemington, New Jersey (W912DY-20-D-0075), will compete for each order of the $400,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure the services of small business firms to perform Military Munitions Response Program responses involving conventional munitions; environmental compliance and remediation services; and other munitions-related services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 3, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $89,551,256 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Long Range Radar-Enhanced and Vehicle and Dismount Exploitation Radar program efforts. 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 June 15, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0012). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $61,890,745 modification (P00282) to contract W56HZV-15-C-0095 to increase available options under the current Joint Light Tactical Vehicle trailer contract from 32 to 3,541. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2021. Fiscal 2020 procurement; defense-wide; and other procurement, Army funds in the amount of $61,890,745 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. NIC4 Inc.,* Tampa, Florida, was awarded a $16,778,695 modification (P00002) to contract W91CRB-19-D-5001 to increase various line items due to additional scope and add additional services connected with Very Small Aperture Terminals services and equipment. 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 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Seqirus Inc., Summit, New Jersey, has been awarded a maximum $66,563,972 firm-fixed-price, indefinite-quantity contract for injectable influenza vaccines. This was a competitive acquisition with two offers received. This is a one-year contract with no option periods. Location of performance is New Jersey, with a June 15, 2021, performance completion date. Using customers are Army, Air Force, Navy and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0004). Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $33,645,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with eight responses received. Location of performance is Puerto Rico, with a June 15, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1258). Viasat Inc., Carlsbad, California, has been awarded a maximum $8,928,000 firm-fixed-price contract for AV-8B spare parts. 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 three-month contract with no option periods. Location of performance is California, with a Sept. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-R016). Skupien Solutions, doing business as Superior Surgical,* Brentwood, Tennessee, has been awarded a maximum $8,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 122 responses received. This is a five-year contract with no option periods. Location of performance is Tennessee, with a June 15, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0043). NAVY Civil Works Contracting LLC,* Wilmington, North Carolina (N40085-15-D-0847); Hager Construction Co.,* Jacksonville, Florida (N40085-15-D-0848); Onopa Services LLC,* Sanford, Florida (N40085-15-D-0850); and Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-15-D-0851), are awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. Work will be performed at various Navy and Marine Corps installation locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, total/partial repairs, interior/exterior and the alteration/renovation of buildings. Other systems and infrastructure may include civil, structural, mechanical, electrical, communication systems and the installation of new or extensions to existing high voltage electrical distribution systems; high pressure steam distribution systems; potable water distribution systems and sanitary sewer systems. Additional work provides for storm water control systems, painting, removal of asbestos materials, lead paint and incidental related work. Work is expected to be complete by June 2021. After award of this modification, the total maximum dollar value for all six contracts combined will be $150,000,000. No funds will be obligated at the time of award, and will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Marine Corps) and military construction funds. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Austal USA, Mobile, Alabama, is awarded a $43,362,470 cost-plus-fixed-fee and firm-fixed-price modification to previously awarded contract N00024-17-C-2301 to exercise options for Littoral Combat Ships (LCS) class design services and Integrated Data and Product Model Environment (IDPME) support. Work will be performed in Mobile, Alabama (60%); and Pittsfield, Massachusetts (40%). Austal USA will provide class design services, including but not limited to, technical analyses, non-recurring engineering, configuration management, software maintenance, production assessments, diminishing manufacturing sources analysis, root cause analysis and sea frame reliability analysis. Austal USA will also maintain an IDPME that provides the Navy access to enterprise data management, visualization, program management applications, network management and control. Work is expected to be complete by June 2021. Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and 2020 research, development, test, and evaluation (Navy) funding in the amount of $10,954,997 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado, is awarded a $33,097,127 modification on firm-fixed-price task order N69450-20-F-0077 under a multiple award construction contract for design build repairs of Building 633 at Naval Air Station Pensacola. Work will be performed in Pensacola, Florida, and provides for the design build construction, alteration and repair of Building 633 in order to return the building to full operation. Building 633 is approximately 117,000 square feet and is a historic federal facility with administrative spaces, classrooms and an auditorium. Work is expected to be complete by September 2021. After the award of this modification, the total task order value will be $34,095,501. The task order also contains seven unexercised options, which will increase cumulative task order value to $38,407,860 if exercised. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $33,097,127 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-19-D-8024). AH Environmental Consultants Inc.,* Newport News, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for professional environmental consulting services within the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). Initial task order is being awarded at $61,661 to update the storm water pollution prevention plan and annual comprehensive evaluation plan at the Naval Support Activity, Panama City, Florida. The work provides for professional architect-engineering services for potable water, wastewater, storm water, spill control and other related miscellaneous environmental services, to include various forms of support for these environmental programs. Work for this task order is expected to be complete by September 2020. All work on this contract will be performed at various activities in the NAVFAC Southeast AO and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $61,661 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&MN. This contract was competitively procured via the Navy Electronic Commerce Online website and five proposals were received. The NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0031). Forward Slope Inc., San Diego, California (N66001-20-D-3430); ODME Solutions LLC, San Diego, California (N66001-20-D-3431); SOLUTE, San Diego, California (N66001-20-D-3432); and Syneren Technologies Corp., Arlington, Virginia (N66001-20-D-3433), are awarded a $11,288,928 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple-award contract to support meteorological and oceanographic capabilities for Foreign Military Sales systems, expeditionary/joint systems and projects supporting ashore and afloat operations worldwide. Work will be performed in San Diego, California. All four awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three one-year option periods, which will bring the potential value of this contract to an estimated $29,115,178 if exercised. The period of performance of the base award is from June 16, 2020, through June 15, 2022. If all options are exercised, the period of performance would extend through June 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); research, development test and evaluation (Navy); and Foreign Military Sales funds. This contract was competitively procured via request for proposal N66001-20-R-0088 which was published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Five offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,665,000 firm-fixed-price modification (PZ0011) to contract FA8621-17-C-6398 for F-15SA aircrew training devices (ATD). The contract modification provides for the purchase and installation of a full mission trainer (FMT), a visual database for the area of King Khalid Air Base, Saudi Arabia, and five years of contractor logistics support for existing ATDs. Work will be performed in St. Louis, Missouri; King Faisal Air Base, Saudi Arabia; and King Khalid Air Base, Saudi Arabia. This modification involves Foreign Military Sales (FMS) to Saudi Arabia, and work is expected to be completed by April 30, 2024. FMS funds in the amount of $27,040,000 are being obligated at the time of award. Total cumulative face value of the contract is $93,740,000. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $19,910,587 cost-plus-fixed-fee contract modification (P00014) to contract FA8806-19-C-0003 for support to the Schriever Air Force Base Infrastructure - Minimal Viable Product (MVP) effort. This modification provides for cross-domain solutions, design, integration and rapid delivery team services. Work will be performed in Colorado Springs, Colorado, and is expected to be completed April 30, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $14,465,154 are being obligated at the time of award. The total cumulative face value of the contract is $80,366,105. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small Business **Small Disadvantaged Business in Historically Underutilized Business Zone https://www.defense.gov/Newsroom/Contracts/Contract/Article/2222335/source/GovDelivery/

Toutes les nouvelles