8 janvier 2019 | International, Terrestre

U.S. Army considers German-built armored combat vehicle, with U.S. sensors and embedded computing

WASHINGTON – The U.S. Army is pursuing a new armored combat vehicle able to launch attack drones, carry longer-range TOW missiles, fire a 50-millimeter cannon and operate “optionally-manned” technology, according to initial requirements outlined by service weapons developers. Fox News reports. Continue reading original article

The Military & Aerospace Electronics take:

7 Jan. 2019 -- The effort is currently on the fast track; many industry teams are already offering vehicles, and the timeline has been accelerated by nearly a decade. The Army plans to have a combat-ready operational vehicle by 2026.

Three of the major teams competing to build the vehicle include General Dynamics Land Systems, BAE Systems, and a U.S.-German team of Raytheon and Rheinmetall Defence NGCV called the Lynx.

The Lynx represents an effort to combine German combat-vehicle engineering and expertise with Raytheon's weaponry, sensors, and embedded computing technology.

John Keller, chief editor
Military & Aerospace Electronics

https://www.militaryaerospace.com/articles/pt/2019/01/armored-combat-vehicle-sensors-embedded-computing.html

Sur le même sujet

  • New in 2024: Marines train more drone pilots, fill MQ-9 squadrons

    1 janvier 2024 | International, Naval

    New in 2024: Marines train more drone pilots, fill MQ-9 squadrons

    Three locations use the Reaper drone — and the Corps plans to open a support unit in Cherry Point, North Carolina.

  • Contract Awards by US Department of Defense - March 18, 2019

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

    Contract Awards by US Department of Defense - March 18, 2019

    NAVY General Dynamics Electric Boat, Groton, Connecticut, is awarded a $2,039,763,908 modification to previously awarded contract N00024-17-C-2100 for additional material (to include Long Lead Time Material and Economic Ordering Quantity) associated with the Fiscal 2019 – Fiscal 2023 Virginia class submarines (SSNs 802 – 811). Work will be performed in Sunnyvale, California (19 percent); Annapolis, Maryland (6 percent); Tucson, Arizona (3 percent); Spring Grove, Illinois (3 percent); Stoughton, Massachusetts (3 percent); Bethlehem, Pennsylvania (3 percent); Jacksonville, Florida (3 percent); Arvada, Colorado (3 percent); Minneapolis, Minnesota (2 percent); Groton, Connecticut (2 percent); Windsor Locks, Connecticut (2 percent); Florence, New Jersey (2 percent); York, Pennsylvania (2 percent); Arlington, Texas (2 percent); Newport News, Virginia (2 percent); Depew, New York (1 percent); Peoria, Illinois (1 percent); Warren, Massachusetts (1 percent); Manassas, Virginia (1 percent); Portsmouth, New Hampshire (1 percent); El Cajon, California (1 percent); Fort Walton Beach, Florida (1 percent); Farmingdale, New York (1 percent); South El Monte, California (1 percent); Cleveland, Ohio (1 percent); Philadelphia, Pennsylvania (1 percent); Syracuse, New York (1 percent); Manchester, New Hampshire (1 percent); Westfield, Massachusetts (1 percent); Loanhead, United Kingdom (1 percent); Linden, New Jersey (1 percent); Louisville, Kentucky (1 percent); Orrville, Ohio (1 percent); and other U.S. sites, each less than 1 percent (25 percent). Fiscal 2019 and 2018 shipbuilding and conversion (Navy) funding in the amount of $2,039,763,908 will be obligated at time of award and will not expire at the end of the current fiscal year. The statutory authority for this sole-source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Advantaged Solutions Inc., Washington, District of Columbia (N66001-19-A-0008); Alamo City Engineering, San Antonio, Texas (N66001-19-A-0009); Carahsoft Technology Corp., Reston, Virginia (N66001-19-A-0010); and Oakland Consulting Group, Lanham, Maryland (N66001-19-A-0011), are awarded a multiple-award, firm-fixed-price, Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. The overall estimated value of this BPA is $975,980,000. The four individual agreements are awarded for SAP Public Services Inc. (SAP) commercial-off-the-shelf software; software maintenance support; information technology professional services; and Cloud services in support of DoD ESI and under the direction of Office of Management and Budget Enterprise Software Category Team. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community, Coast Guard, and the federal government community world-wide. The ordering period will be for a maximum of 10 years from March 12, 2019, through March 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm-fixed-price orders. This BPA was competitively procured via the GSA E-Buy website among 679 vendors. Four offers were received and four selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. East Coast Repair and Fabrication LLC,* Norfolk, Virginia, is awarded a not-to-exceed $212,967,725 firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) multiple award contract (MAC) for ship repair, maintenance, and modernization of surface combatants (DDG and CG) class ships and amphibious (LSD, LPD and LHD) class ships homeported in Mayport, Florida, under Lot 1. This award was made under rolling admissions of the current IDIQ-MAC Lot 1. This contract includes options which, if exercised, would bring the cumulative value of this contract to $376,964,825. Work will be performed in Mayport, Florida, and is expected to be complete by November 2019. If all options are exercised work is expected to continue through November 2021. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N4002719D1001). Raytheon Missile Systems, Tucson, Arizona, is awarded a $97,784,232 cost only modification to previously awarded contract N00024-19-C-5418 for long-lead material in support of fiscal 2019 Evolved Sea Sparrow Missile (ESSM) Block 2 low-rate initial production requirements. The Evolved SEASPARROW Missile (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 Ontario, Canada (14 percent); Andover, Massachusetts (11 percent); Munich, Germany (11 percent); Edinburgh, Australia (10 percent); San Jose, California (9 percent); Hengelo, Netherlands (8 percent); Madrid, Spain (6 percent); Nogales, Mexico (5 percent); Athens, Greece (5 percent); Aarhus, Denmark (4 percent); Ankara, Turkey (4 percent); West Village, California (4 percent); Cincinnati, Ohio (4 percent); Canton, New York (2 percent); Portland, Oregon (1 percent); Marinha Grande, Portugal (1 percent); and Tampa, Florida (1 percent), and is expected to be completed by March 2023. Non-expiring other funds; fiscal 2019 and 2018 weapons procurement (Navy); and fiscal 2018 and 2017 other procurement (Navy) and funding in the amount of $20,930,156 will be obligated at time of award, and funds in the amount of $26,881 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $93,962,658 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to design, procure, integrate, test, train, deliver, and support command, control, communications, computers and intelligence (C4I) systems, information and computer systems, and sensor systems for various platforms, including ships, unmanned aerial systems (UAS), shore installations and ground based systems. Services are in support of Program Executive Office (PEO) Ships, the Naval Sea Systems Command, Naval Air Systems Command, PEO C4I, and other federal agencies. Work will be performed in St. Inigoes, Maryland (35 percent); and various locations throughout the continental U.S. (65 percent), and is expected to be completed in March 2025. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0047). RAM-System, Gesellschaft Mit Beschrankter Haftung, Ottobrunn, Germany, is awarded 81,411,978 Euro and $1,137,479 for firm-fixed-price definitization modification PZ000 to previously undefinitized contract N00024-18-C-5403 for fiscal 2018-2919 German Navy's requirements for Rolling Airframe Missile (RAM) MK 49 guided missile launching systems, and associated shipboard hardware and spares. This contract will be funded 100 percent by the Federal Republic of Germany. The RAM MK 31 guided missile weapon system is an international cooperative development, production and in-service program between the U.S. and German governments. The participating governments operate under a series of memorandums of agreement/memorandums of understanding that establish the business principles for program execution along with contracting and financial agreements. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. This contract includes options which, if exercised, would bring the cumulative value of this contract to 121,271,557 Euro and $29,619,115. Work will be performed in Tucson, Arizona (21 percent); Louisville, Kentucky (21 percent); Ulm, Germany (17 percent); Roethenbach, Germany (16 percent); Schrobenhausen, Germany (16 percent); Ottobrunn, Germany (9 percent); and is expected to be complete by December 2023. German funding in the amount of 61,709,018 Euro and $1,137,479 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), International Agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Research and Engineering Development LLC, California, Maryland, is awarded a $42,791,557 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering services in support of the Naval Air Warfare Center Aircraft Division Human Systems Department. The Human Systems Department identifies, develops, and implements Human Engineering and Human Systems Integration analysis and design solutions for various Navy and Marine Corps aviation flight and weapon systems, and their associated maintenance and training elements. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2022. 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; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0042). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $14,587,657 for modification P00003 to a previously issued firm-fixed-price delivery order (N0001918F2048) placed against basic ordering agreement N00019-14-G-0020. This order procures 62 low-rate initial production Organic Light Emitting Diode Helmet Display Units and spares in support of the F-35 Lightning II Joint Strike Aircraft for the Navy and Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2020. Fiscal 2017 and 2019 aircraft procurement (Navy and Marine Corps) funds in the amount of $14,587,657 will be obligated at time of award, $11,764,239 of which will expire at the end of the fiscal year. This order combines purchases for the Navy ($7,293,829; 50 percent) and Marine Corps ($7,293,828; 50 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Wiley Wilson Burns & McDonnell JV, Alexandria, Virginia, is awarded $9,337,864 for firm-fixed-price task order N4008019F4289 under a previously awarded, indefinite-delivery/indefinite-quantity contract (N40080-15-D-0452) for the preparation of a design bid build construction package for the construction of the Wargaming Center at Marine Corps Base Quantico, Virginia. The design bid build construction package consists of full plans, specifications, detailed cost estimate, and other services as requested by the scope of work. The package is to constructs a new wargaming facility, parking structure, and area distributed node facility. The project replaces the Cinder City Switching Station and demolishes eight existing structures in the project area. Work will be performed in Quantico, Virginia, and is expected to be completed by October 2020. Fiscal 2019 military construction, planning and development, contract funds in the amount of $9,337,864 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity. AIR FORCE Scientific Applications Research Associates Inc., Cypress, California, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for the Golden Horde Science and Technology demonstration effort. This contract provides for support research and development of emerging munition technologies, as well as integrated weapon demonstrations. The effort is conceptualized as a fast-paced Air Force Research Laboratory-led demonstration project executed under the auspices of the Team Eglin Weapon Consortium. Work will be performed in Cypress, California, and is expected to be complete by December 2021. This award is the result of a competitive acquisition under the Small Business Innovation Research Program. Fiscal 2019 research and development funds in the amount of $15,000,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-19-D-0072). ARMY Torch Technologies Inc., Huntsville, Alabama, was awarded an $8,815,000 modification (000057) to contract W31P4Q-09-A-0021 for strategic systems engineering, integration, test and analysis. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 17, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $8,815,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1788196/

  • Contract Awards by US Department of Defense – September 24, 2020

    25 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 24, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $2,239,707,532 fixed-price-incentive, firm-target contract for the Small Diameter Bomb Increment I weapon program. This contract provides for a guaranteed minimum Lot 15 award and a five-year ordering period for Small Diameter Bomb Increment I, focused lethality munition, containers and carriages for the Department of Defense and Foreign Military Sales partner nations. Work will be performed in St. Louis, Missouri, and is expected to be complete by September 2027. This contract involves Foreign Military Sales to Australia, Belgium, Israel, Japan, Korea, Netherlands and Norway. This award is result of a sole-source acquisition. Fiscal 2018, 2019, and 2020 missile procurement funds in the amount of $247,508,960 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-20-D-0001). LATA-CTI Environmental Services LLC, Albuquerque, New Mexico, has been awarded a ceiling $60,000,000 indefinite-delivery/indefinite-quantity contract for Base Realignment and Closure (BRAC) environmental construction optimization services to support the Air Force Civil Engineer Center Installations Directorate (AFCEC/CIB). This contract provides BRAC environmental remediation activities at BRAC installations. These performance-based remediation efforts support the AFCEC BRAC mission and enhance BRAC program capabilities within AFCEC/CIB. The requirements support a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress and advance sites to completion in a cost-effective manner. The efforts will be executed in accordance with technical and regulatory requirements to ensure protection of human health and the environment. Work will be performed at Midwest consolidated continental U.S. locations of former Chanute Air Force Base, Illinois; General Mitchell Air Reserve Station (ARS), Wisconsin; Gentile ARS, Ohio; Grissom Air Reserve Base (ARB), Indiana; K.I. Sawyer AFB, Michigan; Newark, O'Hare ARS, Illinois; Richards-Gebaur ARS, Missouri; Rickenbacker Air National Guard Base, Ohio; and Wurtsmith AFB, Michigan. The work is expected to be completed Sept. 23, 2030. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 BRAC funds in the amount of $2,446,546 are being obligated at the time of award. The Air Force Installation Contracting Center Joint Base San Antonio - Lackland, Texas, is the contracting activity (FA8903-20-D-0004). Mass Virtual Inc., Orlando, Florida, has been awarded a $59,272,634 firm-fixed-price requirements contract for virtual training. This contract provides for aircraft familiarization and real-time task manual instruction, simulating real workspaces for occupational safety and health, educational and training purposes. Work will be performed in Orlando, Florida, and is expected to be complete by Sept. 24, 2026. This award is the result of a sole-source award to an Other Transaction for Prototype awarded in September 2020. No funds are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-20-D-0002). Battelle Memorial Institute, Columbus, Ohio, has been awarded a $46,302,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the manufacturing of carbon-carbon (C-C) composites for hypersonic applications initiative to create a stronger, broader supply base for C-C composites positioned to meet current and future Department of Defense hypersonic systems' requirements. Technical efforts under the scope of this initiative will be structured to develop C-C composite manufacturing technologies that enable the production at higher rates and quality and at reduced cost and schedule. Work will be performed at Battelle Memorial Institute in Columbus, Ohio, and is expected to be completed by Sept. 25, 2027. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $6,318,388 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-D-5703). A-Tech Corp., Albuquerque, New Mexico, has been awarded a $37,229,276 cost-plus-fixed-fee contract for Space Logistics Assembly Disassembly Experiment with Swarms program. This contract provides for on-orbit spacecraft assembly, servicing and swarm operations capabilities. Work will be performed in Albuquerque, New Mexico, and is expected to be complete by Dec. 29, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 research, development, test and evaluation funds in the amount of $606,634 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0031). Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $13,323,336 firm-fixed-price modification (A00013) exercising Option Year Two on contract FA3002-18-C-0003 for a base maintenance service contract. The contractor shall provide all labor, supplies, materials, parts, supervision and other items or services necessary to perform the management and operation of services and civil engineering. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Sheppard Annex, Lake Texoma, Texas, and is expected to be completed by Sept. 30, 2021. Fiscal 2021 operations and maintenance funds in the full amount will be obligated on Oct. 1, 2020, if funds are available. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. Northrop Grumman Systems Corp., doing business as Northrop Grumman Mission Systems, San Diego, California, is being awarded an $11,040,000 modification (P00048) to previously awarded contract FA8726-18-C-0005. This modification provides for installation, operation and maintenance of a Battlefield Airborne Communications Node Remote Tactical Common Data Link ground site at two sites. Work will be performed at San Diego, California, and overseas locations, which are classified, and is expected to be complete by Jan, 23, 2021. The total cumulative face value of the contract is $587,283,244. Fiscal 2020 operations and maintenance funds in the amount of $5,520,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Connected Alliance LLC, Atlanta, Georgia, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract in support of operationalizing the sustainment strategy framework to materially improve the sustainment of Air Force weapon systems. The outputs from this support would help refine policy and produce requirements documents and/or performance work statements and concepts of operations that would form the basis of requirements for organic development or procurement solicitations. Work will be predominantly performed in Atlanta, and is expected to be completed by Sept. 24, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 operations and maintenance funds in the amount of $750,000 are being obligated for the first task order at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-D-0012). Vanderbilt University, Nashville, Tennessee, has been awarded an $8,696,785 cost-reimbursement contract for Design.R – artificial intelligence (AI)-assisted cyber physical systems design software prototype. This contract provides for developing an AI co-designer composed of design space construction, design composition and design space exploration that will interoperate seamlessly to enable a tightly integrated design process. Work will be performed in Nashville, Tennessee; Edmonton Alberta, Canada; and Szeged, Hungary, and is expected to be completed by Sept. 24, 2024. This award is the result of a competitive acquisition and 25 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $821,814 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0537). Mass Virtual Inc., Orlando, Florida, has been awarded an estimated $7,790,787 firm-fixed-price requirements contract for the Air Force Education Training Command and 461st Air Force Maintenance Squadron Joint Surveillance Target Attack Radar system. This contract provides for virtual training to include aircraft familiarization and real-time task manual instruction. The system simulates real workspaces for occupational safety and health, educational and training purposes. It will be used to provide aircraft maintainers with a virtual environment where they can develop and improve their skills on various aircraft platforms. Work will be performed in Orlando, Florida, and is expected to be complete by Dec. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the full amount are being obligated on the first order at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-20-D-0002). Southwest Research Institute, San Antonio, Texas, has been awarded a $7,239,342 cost-plus-fixed-fee contract for Air Taxi (hybrid or electric) AeroNautical Simulation Hardware/Software Prototype. This contract provides for the development of challenge problems that serve as surrogate/proxy of Department of Defense relevant design problems, development of systems specifications, requirements and evaluation metrics of challenge problems. Work will be performed in San Antonio, Texas, and is expected to be complete by Sept. 24, 2024. This award is the result of a competitive acquisition and 25 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,135,049 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0541). DEFENSE LOGISTICS AGENCY Advantaged Solutions Inc.,** Washington, D.C., (SP3300-20-D-0021, $265,000,000); and United Defense International LLC,** Frederick, Maryland, (SP3300-20-D-0023, $265,000,000), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-20-R-5002 for logistics modernization integration support. These were competitive acquisitions with two responses received. These are five-year contracts with no option periods. Locations of performance are inside and outside the continental U.S., with a Sept. 23, 2025, ordering period end date. Using customer is Defense Logistics Agency Distribution. Type of appropriation is fiscal 2020 through 2025 non-automated data process capital equipment funds, sustainment, restoration and modernization capital facilities funds, automated data process capital funds and working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. Sirona Dental Inc., Long Island City, New York, has been awarded a maximum $48,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 131 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a Sept. 23, 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-0048). Arbor Pharmaceuticals Inc., Atlanta, Georgia, has been awarded a maximum $43,012,959 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with 19 responses received. This is a one-year base contract with nine one-year option periods. Location of performance is Georgia, with a Sept. 23, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0016). ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $39,603,940 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE2D1-19-D-0034) with four one-year option periods for airworthy suction apparatuses and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Massachusetts, with a Sept. 24, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. General Electric Co., Lynn, Massachusetts, has been awarded a maximum $38,186,823 firm-fixed-price delivery order (SPRPA1-20-F-RD02) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine combustion chambers. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Anbex Inc., Williamsburg, Virginia, has been awarded a maximum $35,007,213 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with 16 responses received. This is a one-year base contract with nine one-year option periods. Location of performance is Virginia, with a Sept. 26, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0020). Parker Hannifin Corp., Irvine, California, has been awarded a maximum $29,360,832 firm-fixed-price, indefinite-delivery requirements contract for hydraulic manifolds. This was a limited source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a five-year contract with no option periods. Location of performance is California, with a Sept. 30, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0076). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $15,188,888 firm-fixed-price delivery order (SPRPA1-20-F-RD01) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine exhaust frames. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Apiary Medical Inc., Lakewood, Colorado, has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 41 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Sept. 23, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0024). Breeze-Eastern LLC, Whippany, New Jersey, has been awarded a maximum $10,329,045 firm-fixed-price, requirements contract for aircraft controllers. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is New Jersey, with a Sept. 22, 2025, performance completion date. Using military service is Army. The 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-0086). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $10,080,191 firm-fixed-price delivery order (SPRPA1-20-F-RD00) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine nozzle turbines. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Thomas Instrument Inc.,* doing business as Thomas Instrument, Brookshire, Texas, has been awarded an estimated $9,979,661 fixed-price, indefinite-delivery, requirements contract for aircraft machine gun housing units. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Sept. 23, 2025, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-20-D-0015). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $8,896,720 firm-fixed-price delivery order (SPRPA1-20-F-RD03) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine compressor casings. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 20, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $245,449,719 modification (P00006) to definitize previously awarded cost-plus-incentive-fee undefinitized contract N00019-20-C-0037. This modification extends services and adds hours in support of engineering, maintenance, logistics manpower and material support to continue to develop, sustain and produce software builds as well as carryout developmental flight tests for the Joint Strike Fighter aircraft in support of the Navy, Marine Corps, Air Force and non-Department of Defense (DoD) participants. Additionally, this modification provides unique sea trials on aircraft carriers for non-DoD participants. Work will be performed at Edwards Air Force Base, California (40%); Patuxent River, Maryland (39%); and Fort Worth, Texas (21%), and is expected to be completed in March 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,673,158; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $2,673,157; fiscal 2020 operations and maintenance (Air Force) funds in the amount of $373,471; fiscal 2020 operations and maintenance (Navy) funds in the amount of $373,470; and non-DoD participant funds in the amount of $7,472,589 will be obligated at time of award, $746,941 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 $197,035,852 modification (P00004) to previously awarded firm-fixed-price, indefinite-delivery requirements contract N61340-19-D-0004. This modification exercises an option to continue to provide intermediate and depot level maintenance, logistics and engineering support for the F405-RR-401 engine and the 096 MKII Gas Turbine Starter System. Work will be performed in Kingsville, Texas (45%); Meridian, Mississippi (43%); Pensacola, Florida (11%); and Patuxent River, Maryland (1%), and is expected to be completed in September 2021. No funds will be obligated at time of award; funds will be obligated against individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $92,584,262 cost-plus-fixed-fee, cost-reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides in-service engineering activity and production services for various Navy identification and data link systems in support of Combat Integration and Identification Systems. Specifically, this contract provides logistics, engineering; technical management support; characterization and integration of system and sub-system components; development of training curriculum, training materials, and delivery of formal training programs; supply system management and material control; testing and repair of counter unmanned air systems; and laboratory maintenance and quality assurance. Work will be performed in Patuxent River, Maryland (75%); and Lexington Park, Maryland (25%), and is expected to be completed in September 2025. No funds are being obligated at 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; three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0121). Physical Optics Corp.,* Torrance, California, is awarded an $84,917,868 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract procures Advanced Data Transfer System components for installations on the UH-1Y, AH-1Z, MH-60R, MH-60S, H-53K platforms for the Navy, Air Force and Foreign Military Sales customers. Work will be performed in Torrance, California, and is expected to be completed in September 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aviation Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0032). Raytheon Co., Marlborough, Massachusetts, is awarded a $69,906,977 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost reimbursement and firm-fixed-price provisions. This contract provides for test, inspection, evaluation and restoration of submarine components, known as Lowest Repairable Units. Work will be performed in Largo, Florida (75%); and Marlborough, Massachusetts (25%), and is expected to be completed in September 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $2,035,711 will be obligated on the first delivery order and 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) - only one or limited number of sources and no other suppliers will satisfy the requirements. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-20-D-Q000). DPR-RQ Construction LLC, Redwood City, California, is awarded a $69,395,704 firm-fixed-price contract for the construction of a consolidated information center at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of a low-rise consolidated information center with concrete masonry unit walls, structural steel framing, reinforced concrete foundation and floors and a standing seam metal roof. The facility will include battalion level operations center spaces, administrative offices, academic instruction classrooms and management and support spaces. The contract is incrementally funded with the first increment of $50,658,864 being allocated at the time of award. The second increment will be funded in fiscal 2021 at $18,736,840. Work will be performed in Camp Pendleton, California, and is expected to be completed by January 2024. Fiscal 2020 military construction (Navy) contract funds in the amount of $50,658,864 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Beta.SAM.gov website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0055). W.G. Yates and Sons Construction Co., San Antonio, Texas, is awarded a $62,494,500 firm-fixed-price contract for facility construction at Naval Air Station Corpus Christi, Texas. The contract also contains three unexercised options, which if exercised, would increase the cumulative contract value to $66,399,664. The work to be performed consists of two facilities, a new aircraft component repair shop to house rotary wing aircraft component rebuild activities and infrastructure and an administrative headquarters office building. The options, if exercised, provide for the furniture, fixtures, equipment and audio visual packages for the facilities. Work will be performed in Corpus Christi, Texas, and it is expected to be completed by March 2023. Fiscal 2020 military construction (Army) contract funds in the amount of $62,494,500 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-C-0062). Virginia Electric and Power Co., doing business as Dominion Energy of Virginia, Richmond, Virginia, is awarded a $52,700,000 firm-fixed-price task order (N40080-20-F-9952) under General Services Administration area wide public utility contract 47PA04-18-D-0072 for the implementation of cost-effective energy conservation (ECM) measures at Marine Corps Base Quantico, Virginia. The ECM work to be performed includes advanced meter upgrades, energy management control systems and retro commissioning and utility account management services. Work will be performed in Quantico, Virginia, and is expected to be completed by March 2045. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,319,692 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. This was a sole-source contract to Dominion Energy of Virginia pursuant to Section 2801 of Public Law 102-484 amended 10 U.S. Code Section 2865, subsequently amended, renumbered and codified as 10 U.S. Code Section 2913 (d) for energy management services. The Naval Facilities Engineering Command, Washington, Washington D.C., is the contracting activity (N40080-20-F-9952). AECOM Technical Services Inc., Los Angeles, California, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $45,000,000 for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). An initial task order is awarded at $6,553,567 to prepare a construction contract package to build a nuclear regional maintenance facility at Naval Submarine Base Kings Bay, Georgia. The work to be performed provides for preparation of professional architectural and engineering services for preparation of design-bid-build documents and design-build request for proposals for various project types within the NAVFAC Southeast AOR. Work for this task order is expected to be completed by April 2022. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AOR including, but not limited to Florida (20%); Georgia (17%); South Carolina (15%); Louisiana (10%); Mississippi (10%); Texas (10%); Andros Island, Bahamas (5%); Guantanamo Bay, Cuba (5%); Tennessee (3%); Alabama (1%); Arkansas (1%); Kansas (1%); Missouri (1%); and Oklahoma (1%), and is expected to be completed by August 2025. Fiscal 2020 military construction (MILCON) (Navy) design contract funds in the amount of $6,553,567 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy); and MILCON (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 13 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0052). AC Lopez Construction Inc.,* Oceanside, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $30,000,000 for road paving work at various locations within Naval Base Coronado, California; Naval Base Point Loma, California; Naval Base San Diego, California; and Marine Corps Air Station Miramar, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor for new work, additions, alterations, maintenance and repairs of road paving at various government installations located within Naval Base Coronado; Naval Base Point Loma; Naval Base San Diego; and Marine Corps Air Station Miramar, California. No task orders are being issued at this time. The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $2,000 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); O&M,N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov website with 12 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-1121). Green Clover Services Inc.,* Yigo, Guam, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum amount of $19,540,320 for an equipment – corrosion, surveillance, abatement, and repair (E-CSAR) program. The work to be performed is to establish an E-CSAR program for all civil engineering support equipment, civil engineer end items, material handling equipment, weight handling equipment and support vehicles located at Naval Base Guam, Guam. The E-CSAR program includes tasks related to corrosion surveillance, corrosion abatement and corrosion repair of naval construction and support equipment assigned to Naval Expeditionary Forces in Guam. An initial task order is being awarded for corrosion surveillance services for equipment assigned to Naval Expeditionary Forces located at Naval Base Guam. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Yigo, Guam; and Naval Base Guam. The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds will be obligated on the initial task order and will expire at the end of the current fiscal year. Future task orders will be funded by fiscal 2020 through fiscal 2025 O&M,N contract funds. This contract was competitively procured via the System for Award Management website with three proposals received. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2265). IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $17,908,406 modification (P00069) to previously awarded firm-fixed-price, cost-reimbursable contract N00019-15-C-0120. This modification increases the contract value and provides additional funding for operational and depot spare parts and inventory replenishment in support of the E-6B Take Charge and Move Out and Airborne Command Post aircraft. Work will be performed in Oklahoma City, Oklahoma (70%); Patuxent River, Maryland (10%); Bellevue, Nebraska (10%); and Fairfield, California (10%), and is expected to be completed in November 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $17,610,513; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $297,893 will be obligated at time of award, $17,610,513 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $11,650,000 firm-fixed-price order N68335-20-F-0723 against previously issued basic ordering agreement N00019-16-G-0001 for procurement of weapon replaceable assemblies and shop replaceable assemblies test requirements documents, or equivalent, for the development of F/A-18 E/F Infrared Search and Track System operational test program sets on the electronic consolidated automated support system. Work will be performed in St. Louis, Missouri, and is expected to be completed in April 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $11,650,000 will be obligated at time of award, none 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. MAC GC Electric Inc.,* San Diego, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,000,000 for electrical work at various locations within Marine Corps Mountain Warfare Training Center (MWTC) Bridgeport; Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms; Marine Corps Logistics Base (MCLB) Barstow; and Naval Air Weapons Station (NAWS) China Lake, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor and all means necessary for new work, additions, alterations, maintenance and repairs of electrical systems at various government installations located within Marine Corps MWTC, Bridgeport; MCAGCC, Twentynine Palms; MCLB, Barstow; and NAWS, China Lake, California. No task orders are being issued at this time. The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $2,000 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); O&M,N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov website with eight proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1131). Rolls-Royce Corp., Indianapolis, Indiana, is awarded an $8,606,952 modification to previously awarded firm-fixed-price contract N00019-17-C-0081. This modification is for the procurement of four production marine turbine engines for the Landing Craft, Air Cushion 100 Class craft. This procurement is in support of the Ship to Shore Connector program. Work will be performed in Indianapolis, Indiana, and is expected to be completed by September 2022. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $8,606,952 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 working in conjunction with the Naval Air Systems Command. Amentum Services Inc., Germantown, Maryland, is awarded a $7,474,906 cost-plus-fixed-fee modification to previously awarded contract N64267-20-C-0058 to increase the level of effort for operations, maintenance, engineering and management services in support of Combined Tactical Training Range systems and equipment. Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); and Lemoore, California (1%). Work is expected to be complete by October 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $2,512,109 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. ARMY BAE Systems Ordnance System, Kingsport, Tennessee, was awarded a $144,345,776 modification (P00728) to contract DAAA09-98-E-0006 to construct a new weak acetic acid recovery process facility and associated tank farm at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of June 30, 2023. Fiscal 2020 procurement of ammunition, Army funds in the amount of $144,345,776 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $37,669,772 firm-fixed-price contract to buy long lead items for the production of XM813 Cannons for the Stryker Medium Caliber Weapon System 30mm Lethality Upgrade program. 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 Sept. 24, 2020. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0108). Watterson Construction Co., Anchorage, Alaska, was awarded a $36,255,000 firm-fixed-price contract for repair of Building 1001 at Fort Wainwright, Alaska. Bids were solicited via the internet with six received. Work will be performed at Fort Wainwright, Alaska, with an estimated completion date of July 27, 2022. Fiscal 2020 operation and maintenance, Army funds in the amount of $36,255,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (W911KB-20-C-0022). MW Builders Inc., Pflugerville, Texas, was awarded a $23,377,000 firm-fixed-price contract for renovating barracks. Bids were solicited via the internet with seven received. Work will be performed at Fort Riley, Kansas, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 operations and maintenance, Army funds in the amount of $23,377,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4013). Blinderman Construction Co. Inc., Chicago, Illinois, was awarded a $21,442,125 firm-fixed-price contract for full restoration of an Army Reserve Center. Bids were solicited via the internet with 10 received. Work will be performed in Charlotte, North Carolina, with an estimated completion date of July 26, 2022. Fiscal 2020 operation and maintenance, Army Reserve funds in the amount of $21,442,125 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0048). Patriot Construction LLC, Dunkirk, Maryland, was awarded a $20,438,870 firm-fixed-price contract for construction of an HC-130J general maintenance hangar at Patrick Air Force Base. Bids were solicited via the internet with 11 received. Work will be performed at Patrick Air Force Base, Florida, with an estimated completion date of June 26, 2022. Fiscal 2016 and 2019 military construction, defense-wide funds in the amount of $v were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0050). Westat Inc., Rockville, Maryland, was awarded a $14,139,573 cost-plus-fixed-fee contract for research and development of an investigational new drug sponsor for the performance of good-clinical-practice compliant clinical trials leading to a new indication for valproic acid for the treatment of patients with significant hemorrhage. Bids were solicited via the internet with one received. Work will be performed in Rockville, Maryland, with an estimated completion date of Sept. 24, 2023. Fiscal 2020 Defense Health Program funds in the amount of $3,550,000 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-C-0122). Eastern Construction & Electric Inc.,* Wrightstown, New Jersey, was awarded a $12,851,000 firm-fixed-price contract for full facility restoration of Barracks Building 5509 at Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with 13 received. Work will be performed at McGuire Air Force Base, New Jersey, with an estimated completion date of Sept. 24, 2022. Fiscal 2020 operations and maintenance, Army Reserve funds in the amount of $12,851,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0046). Garco Construction Inc., Spokane, Washington, was awarded a $12,230,000 firm-fixed-price contract for construction of a Joint Personnel Recovery Agency, Command/Control Mission Support facility at Fairchild Air Force Base. Bids were solicited via the internet with four received. Work will be performed in Sunnyside, Washington, with an estimated completion date of Oct. 17, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $12,230,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0015). Gate Industries,* Torrance, California, was awarded an $11,879,160 firm-fixed-price contract for spare parts for M1 Abrams Family of Vehicles. 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 Sept. 25, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0101). Great Lakes Dredge & Dock, Oak Brook, Illinois, was awarded a $10,598,625 firm-fixed-price contract for shore protection and beach renourishment in Brevard County, Florida. Bids were solicited via the internet with two received. Work will be performed in Brevard, Florida, with an estimated completion date of May 31, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $10,598,625 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0018). Mosaic Health LLC,* Miami, Florida, was awarded a $9,920,000 firm-fixed-price contract for the next-generation portable volume ventilator field system. 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. 23, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-D-0067). Tecmotiv Inc.,* Niagara Falls, New York, was awarded an $8,838,198 firm-fixed-price contract for the repair kit, diesel engine to support the M88A2 Hercules engine. Bids were solicited via the internet with three received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Sept. 22, 2021. Fiscal 2020 Army working capital funds in the amount of $8,838,198 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-C-0229). Cecos Group LLC,* Cincinnati, Ohio, was awarded a $7,815,488 contract to build a new barge pier and small-craft berthing facility. Bids were solicited via the internet with five received. Work will be performed in Concord, California, with an estimated completion date of Dec. 23, 2021. Fiscal 2020 military construction, Army funds in the amount of $7,815,488 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0029). AJ Commercial Services Inc., doing business as ASC Paving,* San Antonio, Texas, was awarded a $7,448,300 firm-fixed-price contract to construct new parking and widen existing road access in the vicinity of the Wilford Hall Ambulatory Surgical Center on Lackland Air Force Base. Bids were solicited via the internet with three received. Work will be performed in San Antonio, Texas, with an estimated completion date of March 18, 2022. Fiscal 2016 military construction, defense-wide funds in the amount of $7,448,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0049). MISSILE DEFENSE AGENCY Raytheon Missile and Defense, Tucson, Arizona, is being awarded a $9,790,653, cost-plus-fixed-fee contract to mature a non-kinetic defense capability, accelerate lethality analysis and procure long lead items for a potential Microwave Technology Testbed project that evolves the High Power Microwave concept development acquired under the Hypersonic Defense Weapon Systems broad agency announcement HQ0147-18-S-0001 and competitively awarded contracts HQ0147-18-C-6516 and HQ0147-19-C-6561. The effort will include refinement of baseline designs, advanced technology insertion evaluation and test planning and preparation to support potential future phases for integration of a Missile Defense Agency Microwave Testbed Technology project. Work will be performed in Tucson, Arizona, and is expected to be complete by December 2021. This is a sole-source contract award. Fiscal 2020 research, development, test and evaluation funds in the amount of $9,790,653 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0860-20-C-0010). *Small business **Small disadvantaged business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2360802/

Toutes les nouvelles