5 août 2021 | International, Aérospatial

The Space Force wants to manage acquisitions by portfolio

Changing the service's budget practices could enable more flexibility to shift funding among programs.

https://www.c4isrnet.com/battlefield-tech/space/2021/08/04/the-space-force-wants-to-manage-by-portfolio/

Sur le même sujet

  • Europe's defense firms feel the squeeze of shortages, sanctions

    14 avril 2022 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Europe's defense firms feel the squeeze of shortages, sanctions

    The aftermath of a yearslong pandemic and a protracted land war in Europe is causing defense contractors to take a serious look at how to sustain their supply chains.

  • Contract Awards by US Department of Defense - November 20, 2019

    20 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 20, 2019

    DEFENSE LOGISTICS AGENCY Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $379,377,099 firm-fixed-price requirements contract for maintenance, repair and consumable material support for the V-22 platform. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one five-year option period. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 20, 2024, performance completion date. Using military services are 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 Aviation, Philadelphia, Pennsylvania (SPE4AX-20-D-9401). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $232,003,560 firm-fixed-price delivery order (SPRPA1-20-D-000U) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for the AH64 CH47 Global Material Support Program. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one four-year option period. Locations of performance are Missouri and Arizona, with a Nov. 18, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MOOG Inc., East Aurora, New York, has been awarded a maximum $13,658,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation pneumatic accumulators. This was a limited competitive acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is New York, with a Nov. 1, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0007). NAVY Lockheed Martin Corp., Rotary and Mission Systems, Orlando, Florida, is awarded a $92,205,970 firm-fixed-price modification (P00008) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N68335-18-C-0681). This modification exercises an option to procure 34 electronic Consolidated Automated Support System (eCASS) units to include 32 for the Navy and two for the government of Kuwait. Additionally, this modification procures eCASS related equipment such as self-maintenance and test/calibration operational test program sets, calibration equipment suites/kits, rack rail kits, shore installation kits and ship installation kits in support of the Navy and the government of Kuwait. Work will be performed in Orlando, Florida, and is expected to be completed in December 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $92,205,970 will be obligated at time of award, $641,592 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded an $84,769,892 fixed-price-incentive (firm target) and firm-fixed-price contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile (ESSM) Block 2 low rate initial production (LRIP) requirements. This contract modification will procure the remaining materials in support of the ESSM FY20 LRIP Lot 3 all up rounds and spares requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio, are less than 1% each and make up the remaining 2%. Work is expected to be complete by June 2023. Fiscal 2020 weapons procurement (Navy) funding in the amount of $84,769,892 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded a $56,255,635 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise the second option period for base operating support services at Camp Lemonnier, Djibouti. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment and environmental services to provide base operating support services. After award of this option, the total cumulative contract value will be $188,808,738. Work will be performed at various installations in the territory of Djibouti, Africa, and other areas within Africa, and work is expected to be completed November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy), contract funds in the amount of $56,255,635 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Europe Africa Central, Naples, Italy, is the contracting activity (N62470-17-D-4012). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,597,891 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, production support and required long lead materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by September 2021. Fiscal 2020 other procurement (Navy); and 2019 shipbuilding and conversion (Navy) funding in the amount of $46,832,561 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. SeaFix Inc., Saipan, Marianas Protectorate, is awarded a not-to-exceed $15,214,417 firm-fixed-price, cost-reimbursement, indefinite-delivery/indefinite-quantity contract with a four-year ordering period for Navy Watercraft Afloat Maintenance Services. This contract provides for full range of logistics support services to include maintenance and associated material management for Afloat Navy Lighterage in support of the Marine Corps Prepositioning Program and deployed forces world-wide. This contract includes one six-month option period which, if exercised, would bring the cumulative value of this contract to $18,930,294. Work will be performed outside the continental U.S. aboard Military Sealift Command Ships (98%), primarily in Guam, Saipan, Diego Garcia and South Korea; and in Jacksonville, Florida (2%). Work is expected to be completed Jan. 14, 2024. If all options are exercised, work will continue through July 14, 2024. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively solicited and procured via the Federal Business Opportunity website as a total HUBZone set-aside, with two offers received. The Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-20-D-0002). Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $13,046,971 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). This modification is for the purchase of gallium nitride full rate production diminishing manufacturing sources and communications equipment group shelter integration in Lot One in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Baltimore, Maryland, and is expected to be complete by May 2, 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $13,046,971 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043). BAE Systems Jacksonville Ship Repair, Jacksonville, Florida, is awarded an $11,161,336 cost-plus-award-fee modification to previously-awarded contract N00024-16-C-2302 to exercise options for the USS Billings (LCS 15) post-shakedown availability. Post-shakedown availabilities (PSA) are accomplished within a period of approximately 10-16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) funding obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2021. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $1,431,018; fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,431,015; and fiscal 2020 other procurement (Navy) funding in the amount of $202,227 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded an $8,639,459 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Four under an IDIQ contract for custodial services at U.S. Naval Academy complex. The work to be performed provides for custodial services such as trash removal, cleaning, vacuuming, floor cleaning and scrubbing, re-lamping, specialized cleaning of the John Paul Jones Crypt, and basketball floor installation and removal. After award of this option, the total cumulative contract value will be $41,707,319. Work will be performed in Annapolis, Maryland. This option period is from December 2019 to November 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $8,639,459 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity (N40080-16-D-0303). ARMY SAF Inc.,* Akron, Ohio (W91237-20-D-0001); and A&H - AMBICA JV LLC,* Livonia, Michigan (W91237-20-D-0002), will compete for each order of the $49,000,000 firm-fixed-price contract for an indefinite-delivery contract for design-build and design-bid-build construction projects. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. SIG Sauer Inc., Newington, New Hampshire, was awarded a $10,000,000 firm-fixed-price contract for procurement of .300 Winchester Magnum Ammunition. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-D-0003). CSRA,* Huntsville, Alabama, was awarded a $9,178,300 modification (0029 42) to contract W31P4Q-05-A-0028 for non-standard rotary wing aircraft project office systems engineering and technical assistance support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 19, 2020. Fiscal 2020 Foreign Military Sales funds in the amount of $9,178,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE CORRECTION: The Nov. 13, 2019, announcement of a $32,266,994 modification to ManTech International Inc., Fairfax, Virginia, exercising Option Year One to previously awarded contract FA8819-18-C-1001 for security support, included the wrong modification number. The correct modification number is P00018. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2021006/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 29, 2020

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

    Contract Awards by US Department of Defense - June 29, 2020

    NAVY Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $936,032,309 fixed-price-incentive-firm-target modification to previously awarded contract N00024-18-C-2307 to exercise the fiscal 2020 option for the construction of a USS Arleigh Burke DDG-51 class ship (DDG 135). This modification also includes options for engineering change proposals, design budgeting requirements and post-delivery availabilities on the fiscal 2020 option ship. If exercised, the cumulative value of the fiscal 2020 option ship will increase to $947,695,871. Work will be performed in Pascagoula, Mississippi (91%); Erie, Pennsylvania (1%); and other locations below 1% (collectively totaling 8%), and is expected to be completed by June 2027. Fiscal 2019 and 2020 shipbuilding and conversion (Navy) funding in the amount of $926,032,309 will be obligated at the 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $360,800,000 not-to-exceed undefinitized contract modification (P00038) to previously awarded fixed-price-incentive-firm-target contract N00019-17-C-0001. This modification provides for the procurement of four F-35C Carrier Variant Lot 14 aircraft for the Navy. Work will be performed in Fort Worth, Texas (63%); El Segundo, California (14%); Warton, United Kingdom (9%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); various locations within the continental U.S. (1.3%); and various locations outside the continental U.S. (0.7%). Work is expected to be completed by May 2023. Fiscal 2020 aircraft procurement (Navy) funds for $170,000,000 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $67,690,000 not-to-exceed modification (P00004) to previously awarded fixed-price-incentive-firm-target advance acquisition contract N00019-20-C-0009. This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of nine lot 16 F-35A Lightning II aircraft for the government of The Netherlands, as well as seven F-35A semiconductors and two F-35B Lightning II aircraft for the government of Italy. Work will be performed in Cameri, Italy (24%); Fort Worth, Texas (22%); El Segundo, California (11%); Warton, United Kingdom (7%); Baltimore, Maryland (4%); Nashua, New Hampshire (3%); San Diego, California (2%); various locations within the continental U.S. (21%); and various locations outside the continental U.S. (6%). Work is expected to be completed by May 2025. Non-Department of Defense participant funds in the amount of $67,690,000 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. Applied Systems Engineering, Niceville, Florida, is awarded a $48,640,357 indefinite- delivery/indefinite-quantity, firm-fixed-price delivery orders contract with a five-year ordering period to provide Selective Availability Anti-Spoofing Module (SAASM) Advanced Tactical Navigator (ATACNAV) units, SAASM ATACNAV-High Accuracy (HA) units, SAASM ATACNAV-HA-Single Enclosure. ATACNAV mini purchases, ATACNAV units, reconfigurable avionics test sets and global positioning system military code receivers. In addition to procurement of ATACNAV units, system upgrades and repairs from Applied Systems Engineering will be required throughout the life of the contract. The program is in support of the Weapons Control and Integration Department (H) of the Naval Surface Warfare Center, Dahlgren Division and Battle Management Systems Program. This contract does not include options. Work will be performed in Niceville, Florida, and is expected to be completed by June 2025. Fiscal 2018 procurement defense agencies funding in the amount of $692,493 will be obligated on the first delivery order at the time of award and will not expire at the end of the current fiscal year. This contract was procured sole-source in accordance with 10 U.S. Code 2304c1, with one responsible source. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-20-D-4400). IAP World Services Inc., Cape Canaveral, Florida, is awarded a $13,586,127 firm-fixed-price modification to increase the maximum dollar value of an indefinite delivery/indefinite quantity contract for the exercise of an option for base operating support services at the Naval Air Station Patuxent River. After award of this option, the total cumulative contract value will be $119,645,912. Work will be performed in Patuxent River, Maryland. The work to be performed provides for recurring and non-recurring facility maintenance; facility investment; integrated solid waste management; swimming pool; wastewater; water; and environmental management. Work is expected to be completed by December 2020. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,586,127 are obligated on this award and will not expire at the end of the current fiscal year. This award is issued under Federal Acquisition Regulation Part 6.302-2, “Unusually and Compelling Urgency.” The purpose of this modification is to ensure critical services continue as the agency responds to a post-award protest on the re-procurement of this contract. A total funding amount of $8,808,011 will be obligated at the time of award. The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-14-D-0302). Lockheed Martin Corp., Fort Worth, Texas, is awarded an $11,610,581 firm-fixed-price order (N00019-20-F-0022) against previously issued basic ordering agreement N00019-19-G-0008. This order procures intel diminishing manufacturing sources parts that have reached end of life in support of the F-35 Lightning II Program future aircraft deliveries for the Air Force, Navy, Foreign Military Sales customers and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed by October 2020. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $2,356,880; fiscal 2018 aircraft procurement (Navy) funds in the amount of $2,056,717; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $1,619,315; fiscal 2020 aircraft procurement (Navy) funds in the amount of $631,782; non-DOD participant funds in the amount of $3,982,886; and Foreign Military Sales funds in the amount of $963,001, will be obligated at time of award, $4,413,597 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $9,528,561 modification (P00028) to previously awarded firm-fixed-price contract N00019-17-C-0009. This modification provides for the installation of the multi-role tactical common data link into two E-6B Mercury aircraft. Work will be performed in San Diego, California (56%); and Lake Charles, Louisiana (44%), and is expected to be completed by October 2021. Fiscal 2020 aircraft procurement (Navy) funds for $9,528,561 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. AREPII SA Hotel LLC, doing business as Sheraton Atlanta Hotel, Atlanta, Georgia, is awarded an $8,139,274 firm-fixed-price, three-month contract for lodging, meal and laundry services. This contract includes one three-month option period which, if exercised, will bring the cumulative value of this contract to $15,970,741. Work will be performed in Atlanta, Georgia. Work is expected to be completed October 2020. If all options are exercised, work will continue through January 2021. Fiscal 2020 military personnel (Marine Corps) funds in the amount of $8,139,274 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website and 23 proposals were received. The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity for (M00263-20-C-0001). ARMY Sharp Minds LLC,* Alexandria, Virginia, was awarded a $473,021,064 hybrid (firm-fixed-price and time-and-materials) contract to provide Letterkenny Army Depot with labor support. Bids were solicited via the internet with five received. Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of Jan. 31, 2026. Fiscal 2020 Army working capital funds in the amount of $26,577,042 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911N2-20-F-0494). Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $25,408,756 modification (P00353) to contract W31P4Q-04-C-0046 for support services for the Javelin weapon system. Work will be performed in Tucson, Arizona, with an estimated completion date of June 30, 2025. Fiscal 2020 Foreign Military Sales (United Kingdom) funds in the amount of $25,408,756 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $19,298,469 cost-plus-fixed-fee contract to procure engineering and testing contractor support services. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of June 30, 2021. Fiscal 2018 and 2020 other procurement (Army) funds in the amount of $19,298,469 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0159). Welch Construction Inc.,* Marcellus, New York, was awarded a $15,000,000 firm-fixed-price contract for repair and construction of real property facilities at Watervliet Arsenal, New York. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 21, 2025. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-D-0005). Skookum Educational Programs, Bremerton, Washington, was awarded a $9,971,669 firm-fixed-price contract for inspection, testing and maintenance work; demand maintenance order work; and preventative maintenance order work and sustainment, restoration and modernization services in support of Fort Riley. Bids were solicited via the internet with one received. Work will be performed at Fort Riley, Kansas, with an estimated completion date of June 28, 2021. Fiscal 2020 operations and maintenance funds in the amount of $3,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-C-0026). Techwerks LLC,* Arlington Heights, Illinois, was awarded an $8,685,042 modification (P00024) to contract W911QY-17-C-0101 for labor, other direct costs and travel in support of the Walter Reed Army Institute of Research. Work will be performed in Arlington Heights, Illinois, with an estimated completion date of July 1, 2021. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $178,340 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Ross Island Sand & Gravel Co., Portland, Oregon, was awarded an $8,362,290 firm-fixed-price contract for annual maintenance dredging of the Stockton Deep Water Ship Channel. Bids were solicited via the internet with three received. Work will be performed in Stockton, California, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 civil operations and maintenance funds in the amount of $8,362,290 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-20-C-0009). AIR FORCE Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $22,562,480 cost-plus-fixed-fee modification (P00008) to contract FA8523-18-C-0002 for reactivation of the Band 8 transmitter associated with the AN/ALQ-161A defensive avionics system supporting the B-1B aircraft. The contract modification is for the delivery of a Band 8 reactivation fleet-wide implementation plan. Work will be performed in Atlanta, Georgia, and is expected to be completed June 29, 2022. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The Electronic Warfare Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity. Spartan Air Academy Iraq LLC, Irving, Texas, has been awarded a $14,769,952 firm-fixed-price modification (P00006) to contract FA8617-20-C-6232 for the Iraq T-6A contractor logistics support and training maintenance program. The modification provides for the exercise of an option to extend the term of the contract for the continued services needed in order to effectively maintain and operate a fleet of 15 T-6A training aircraft. Work will be performed at Balad Air Base, Iraq, and is expected to be completed Dec. 31, 2020. This modification involves 100% Foreign Military Sales (FMS) to Iraq. FMS funds in the full amount will be obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a $7,038,279 firmed-fixed-price contract with some cost-plus-fixed-fee and cost-reimbursable contract line item numbers for follow-on support sustainment of the Republic of Korea Peace Krypton Program. This contract provides for support of the field service representatives, program management, core/field engineering, System Depot Support Facility sustainment, technical manuals sustainment and obsolescence management. Work will be performed in Colorado Springs, Colorado; and Seoul, Republic of Korea, and is expected to be completed Dec. 31, 2020. This contract involves Foreign Military Sales (FMS) to Republic of Korea and is the result of a sole-source acquisition. FMS funds in the full amount are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity. (FA8620‐20-C-3099). DEFENSE LOGISTICS AGENCY Jamaica Bearings,* New Hyde Park, New York, has been awarded a maximum $18,230,335 firm-fixed-price contract for wire ring race kits. This is an 18-month contract with a one-year option period. This was a competitive acquisition with one offer received. Locations of performance are South Carolina and New York, with a Dec. 17, 2021, performance completion 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 Land and Maritime, Warren, Michigan (SPRDL1-20-C-0034). U.S. SPECIAL OPERATIONS COMMAND CORRECTION: The contract announced on June 26, 2020, to Arcticom LLC, Anchorage, Alaska (H92240-20-C-0004), for $18,772,155, was announced with an incorrect award date. The correct award date is June 29, 2020. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2241727/source/GovDelivery/

Toutes les nouvelles