18 septembre 2023 | International, Terrestre

US Army’s Dark Eagle hypersonic weapon fielding delayed to year’s end

“We’re finding problems,” Assistant Secretary of the Army Doug Bush said. “It’s actually good we’re finding these.”

https://www.c4isrnet.com/land/2023/09/18/us-armys-dark-eagle-hypersonic-weapon-fielding-delayed-to-years-end/

Sur le même sujet

  • Lockheed Martin souhaite livrer 130 F-35 en 2019

    4 janvier 2019 | International, Aérospatial

    Lockheed Martin souhaite livrer 130 F-35 en 2019

    Par Justine BOQUET Lockheed Martin a annoncé sa cible de livraison pour 2019. Lockheed Martin espère pouvoir ainsi livrer 130 avions de combat de cinquième génération F-35. Le 20 décembre, Lockheed Martin a fait le bilan des livraisons du F-35 et a annoncé ses objectifs pour l'année 2019. Lockheed Martin ambitionne ainsi de remettre au moins 130 avions de combat F-35 à ses clients au cours de l'année. Si cet objectif est atteint, Lockheed Martin enregistrera alors une augmentation de plus de 40% de sa production. Une telle hausse a d'ores et déjà été enregistrée au cours de l'année 2018. Avec 91 F-35 livrés, Lockheed Martin a ainsi vu ses cadences de production augmenter de 40% par rapport à 2017 et de 100% en comparaison à 2016. Le 91ème appareil produit en 2018 a été remis au corps de Marines américain. Il s'agissait d'un F-35B. Il vient s'ajouter aux 53 appareils qui avaient d'ores et déjà été remis aux forces américaines au cours de l'année passée. Avec la livraison des 91 F-35 en 2018, ce sont désormais 355 avions de combat de cinquième génération qui ont été livrés par Lockheed Martin. La flotte cumule plus de 175 000 heures de vol, rapporte ainsi l'industriel. Parmi les clients du F-35, on compte donc les Etats-Unis, l'Australie, Israël, l'Italie, le Japon, la Corée du Sud, les Pays-Bas, la Norvège, la Turquie, le Royaume-Uni, le Danemark et la Belgique. http://www.air-cosmos.com/lockheed-martin-souhaite-livrer-130-f-35-en-2019-118799

  • Contract Awards by US Department of Defense - July 23, 2020

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

    Contract Awards by US Department of Defense - July 23, 2020

    AIR FORCE BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, has been awarded a $495,482,136 firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable indefinite-delivery/indefinite-quantity contract for the Instrumentation Range Support Program. This contract provides for serviceable components and subsystems for instrumentation tracking systems, worldwide for both foreign and domestic government agencies to include radars, telemetry and optical range mission systems, flight termination systems, data acquisition systems and Global Positioning Systems. Work will be performed on participating ranges in the program, including Air Force, Army, Navy, NASA, Department of Energy, as well as foreign ranges in the United Kingdom, Germany, Norway, Sweden, Republic of Korea and Switzerland. Work is expected to be completed Sept. 30, 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of $116,235 are being obligated on a delivery order at the time of award. This contract has a ceiling amount of $945,234,462. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-20-D-0005). The Boeing Co., St. Louis, Missouri (FA8694-20-D-0400); General Atomics Aeronautical Systems Inc., Poway, California (FA8694-20-D-0600); Kratos Unmanned Aerial Systems Inc., Oklahoma City, Oklahoma (FA8694-20-D-0700); and Northrop Grumman Systems Corp., Palmdale, California (FA8694-20-D-0900), have each been awarded indefinite-delivery/indefinite-quantity contracts with a shared ceiling of $400,000,000 for all subsequent competitively selected delivery orders in support of the Skyborg Vanguard Program. Skyborg is an autonomous attritable aircraft capable of achieving a diverse set of missions to generate massed combat power; delivering a future Air Force which can deter, blunt and defeat peer adversaries. The Skyborg prototyping, experimentation and autonomy development contract will be used to deliver missionized prototypes in support of operational experimentation and develop the first Skyborg air platform with modular hardware and software payloads that will incorporate the Skyborg autonomy core system and enable manned/unmanned teaming. The locations of performance are to be determined at the order level and are expected to be completed by July 2026. These awards are being made as a result of a competitive acquisition and 18 offers were received. No funds are obligated on the awards and funding will be provided on each individual order. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. Accenture Federal Services LLC, Arlington, Virginia, has been awarded an $89,615,577 multiple-year firm-fixed-price contract action to sustain existing infrastructures and establish new cloud common infrastructure and services for Air Force enterprise resource planning: Air Force Integrated Personnel and Pay System, Defense Enterprise Accounting and Management System, and maintenance, repair and overhaul initiative. Work will be performed in Arlington, Virginia; Wright-Patterson Air Force Base, Ohio; Maxwell AFB-Gunter Annex, Alabama; Randolph AFB, Texas; and other locations as required. Work is expected to be completed by July 31, 2025. This award is the result of a competitive acquisition and 28 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $5,000,000; and fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,340 are being obligated at the time of award. Air Force Life Cycle Management Center, Maxwell AFB – Gunter Annex, Alabama, is the contracting activity (FA8771-20-C-0014). Advanced Concepts Enterprises Inc., Shalimar, Florida, has been awarded a $43,099,833 firm-fixed-price contract for command and control contract academic training, courseware development and distance learning training program. This contract provides services for training support/mission system interface and staff support services to the Control and Reporting Center, Battle Control Center, Air Operations Center and Tactical Air Control Party missions at various locations. The total cumulative face value of the contract is $43,099,834. Work is expected to be completed by Sept. 30, 2025. This award is a result of a 100% small business set-aside competitive acquisition and six offers were received. Fiscal 2020 operations and maintenance funds in the amount of $943,015 are being obligated at time of award for the phase-in period. Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0013). ARMY SRC Inc., North Syracuse, New York, was awarded a $425,870,432 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for development, production, deployment and support of the Expeditionary-Low, Slow, Small Unmanned Aircraft System Integrated Defeat System (E-LIDS). Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 26, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0032). Addon Services LLC,* Warren, Michigan (W56HZV-20-D-L007); A&H-Ambica JV LLC,* Livonia, Michigan (W56HZV-20-D-L008); Angels General Construction Inc.,* Detroit, Michigan (W56HZV-20-D-L009); Custom Mechanical Systems Corp.,* Bargersville, Indiana (W56HZV-20-D-L010); Erie Affiliates Inc.,* Wickliffe, Ohio (W56HZV-20-D-L011); Expo Technologies LLC,* Pontiac, Michigan (W56HZV-20-D-L012); F.H. Martin Construction Co.,* Warren, Michigan (W56HZV-20-D-L013); Genoa Contracting LLC,* Saint Clair Shores, Michigan (W56HZV-20-D-L014); McGahey Construction LLC,* Sault Sainte Marie, Michigan (W56HZV-20-D-L015); Nisou LGC JV LLC,* Detroit, Michigan (W56HZV-20-D-L016); Pontiac Drywall Systems,* Pontiac, Michigan (W56HZV-20-D-L017); Q.B.S. Inc.,* Alliance, Ohio (W56HZV-20-D-L018); RB Construction Co.,* Mount Clemens, Michigan (W56HZV-20-D-L019); and Wolverine Fire Protection Co.,* Mount Morris, Michigan (W56HZV-20-D-L020), will compete for each order of the $92,000,000 firm-fixed-price contract for construction support on Detroit Arsenal and surrounding locations. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. AHI, Grand Prairie, Texas, was awarded a $73,999,755 modification (PZ0014) to contract W58RGZ-18-C-0007 for 15 UH-72 D-2 production aircraft and options to procure three additional D-2 production aircraft, 18 jettisonable cockpit doors, 14 engine inlet barrier filters and 14 environmental control units. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 31, 2022. Fiscal 2018, 2019 and 2020 aircraft procurement (Army) funds in the amount of $73,999,755 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Barlovento LLC, Dothan, Alabama, was awarded a $45,000,000 firm-fixed-price contract to support the advanced contract initiative for emergency temporary roof repairs for the Gulf Coast of the continental U.S. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0043). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $19,511,833 firm-fixed-price contract for overhaul and repair of the tail rotor blade with pitch horn replacement for UH60 Blackhawk aircraft. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 23, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0473). Indtai Inc.,* Vienna, Virginia, was awarded a $9,598,566 firm-fixed-price contract for educational support services in support of the U.S. Army Continuing Education System. Bids were solicited via the internet with one received. Work will be performed at Fort Sam Houston, Texas, with an estimated completion date of Jan. 27, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,487,090 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-20-C-0012). Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded an $8,613,292 modification (P00023) to contract W9133L-16-F-0027 for continued modernization and engineering services for the Air National Guard Air Force Reserve Command Test Center. Work will be performed in Tucson, Arizona, with an estimated completion date of July 26, 2021. Fiscal 2020 operational test and evaluation, defense funds in the amount of $8,613,292 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity. NAVY Alexandria Technical and Community College, Alexandria, Minnesota (N00189-20-D-Z800); Anne Arundel Community College, Arnold, Maryland (N00189-20-D-Z801); Arizona State University, Tempe, Arizona (N00189-20-D-Z802); Ashford University, San Diego, California (N00189-20-D-Z803); Bethel University, St. Paul, Minnesota (N00189-20-D-Z804); Bismarck State College, Bismarck, North Dakota (N00189-20-D-Z805); Black Hills State University, Spearfish, South Dakota (N00189-20-D-Z806); Blackhawk Technical College, Janesville, Wisconsin (N00189-20-D-Z807); Bowling Green State University, Bowling Green, Ohio (N00189-20-D-Z808); Brandman University, Irvine, California (N00189-20-D-Z809); Bristol Community College, Fall River, Massachusetts (N00189-20-D-Z810); California University of Pennsylvania, California, Pennsylvania (N00189-20-D-Z811); Cape Fear Community College, Wilmington, North Carolina (N00189-20-D-Z812); Capitol Technology University, Laurel, Maryland (N00189-20-D-Z813); Cecil College, North East, Maryland (N00189-20-D-Z814); Central Georgia Technical College, Macon, Georgia (N00189-20-D-Z815); Central Michigan University, Mount Pleasant, Michigan (N00189-20-D-Z816); Central Texas College, Killeen, Texas (N00189-20-D-Z817); Chesapeake College, Wye Mills, Maryland (N00189-20-D-Z818); Clarion University of Pennsylvania, Clarion, Pennsylvania (N00189-20-D-Z819); Cleveland State University, Cleveland, Ohio (N00189-20-D-Z820); Coastline College, Fountain Valley, California (N00189-20-D-Z821); Colorado Mountain College, Glenwood Springs, Colorado (N00189-20-D-Z822); Columbia College, Columbia, Missouri (N00189-20-D-Z823); Columbia Southern University, Orange Beach, Alabama (N00189-20-D-Z824); Community College of Baltimore County, Baltimore, Maryland (N00189-20-D-Z825); Dakota College at Bottineau, Bottineau, North Dakota (N00189-20-D-Z826); Dakota State University, Madison, South Dakota (N00189-20-D-Z827); Delaware Technical Community College, Dover, Delaware (N00189-20-D-Z828); Des Moines Area Community College, Ankeny, Iowa (N00189-20-D-Z829); East Carolina University, Greenville, North Carolina (N00189-20-D-Z830); Embry-Riddle Aeronautical University, Daytona, Florida (N00189-20-D-Z831); Excelsior College, Albany, New York (N00189-20-D-Z832); Finger Lakes Community College, Canandaigua, New York (N00189-20-D-Z833); Florida State College at Jacksonville, Jacksonville, Florida (N00189-20-D-Z834); Frederick Community College, Frederick, Maryland (N00189-20-D-Z835); George Mason University, Fairfax, Virginia (N00189-20-D-Z836); Georgia Southern University, Statesboro, Georgia (N00189-20-D-Z837); Iowa Central Community College, Fort Dodge, Iowa (N00189-20-D-Z838); Ivy Tech Community College of Indiana, Indianapolis, Indiana (N00189-20-D-Z839); Jackson College, Jackson, Michigan (N00189-20-D-Z840); Jefferson Community and Technical College, Louisville, Kentucky (N00189-20-D-Z841); Kent State University, College of Applied and Technical Studies, Kent, Ohio (N00189-20-D-Z842); Lake Area Technical College, Watertown, South Dakota (N00189-20-D-Z843); Lake Region State College, Devils Lake, North Dakota (N00189-20-D-Z844); Lake Superior College, Duluth, Minnesota (N00189-20-D-Z845); Macomb Community College, Warren, Michigan (N00189-20-D-Z846); Mid-State Technical College, Wisconsin Rapids, Wisconsin (N00189-20-D-Z847); Minerva Schools Keck Graduate Institute, San Francisco, California (N00189-20-D-Z848); Minnesota State University Moorhead, Moorhead, Minnesota (N00189-20-D-Z849); Mississippi Community College Board, Jackson, Mississippi (N00189-20-D-Z850); Monroe Community College, Rochester, New York (N00189-20-D-Z851); Montgomery College, Rockville, Maryland (N00189-20-D-Z852); North Dakota State College of Science, Wahpeton, North Dakota (N00189-20-D-Z853); North Dakota University System, Bismarck, North Dakota (N00189-20-D-Z854); Northeast Iowa Community College, Calmar, Iowa (N00189-20-D-Z855); Northeastern Technical College, Cheraw, South Carolina (N00189-20-D-Z856); Northeastern University-College of Professional Studies, Boston, Massachusetts (N00189-20-D-Z857); Northern Essex Community College, Haverhill, Massachusetts (N00189-20-D-Z858); Northern State University, Aberdeen, South Dakota (N00189-20-D-Z859); Northern Virginia Community College, Annandale, Virginia (N00189-20-D-Z860); Northwest Technical College, Bemidji, Minnesota (N00189-20-D-Z861); Northwestern Michigan College, Traverse City, Michigan (N00189-20-D-Z862); Norwich University, Northfield, Vermont (N00189-20-D-Z863); Ocean County College, Toms River, New Jersey (N00189-20-D-Z864); Oklahoma City Community College, Oklahoma City, Oklahoma (N00189-20-D-Z865); Old Dominion University, Norfolk, Virginia (N00189-20-D-Z866); Oregon Institute of Technology, Klamath Falls, Oregon (N00189-20-D-Z867); Oregon State University, Corvallis, Oregon (N00189-20-D-Z868); Paris Junior College, Paris, Texas (N00189-20-D-Z869); Park University, Parkville, Missouri (N00189-20-D-Z870); Parkland College, Champaign, Illinois (N00189-20-D-Z871); Prince George's Community College, Largo, Maryland (N00189-20-D-Z872); Purdue University Global, Indianapolis, Indiana (N00189-20-D-Z873); Quinsigamond Community College, Worcester, Massachusetts (N00189-20-D-Z874); Rio Salado College, Tempe, Arizona (N00189-20-D-Z875); Saint Leo University, Saint Leo, Florida (N00189-20-D-Z876); San Diego Community College District, San Diego, California (N00189-20-D-Z877); San Diego State University, San Diego, California (N00189-20-D-Z878); San Jacinto Community College District, La Porte, Texas (N00189-20-D-Z879); San Juan College, Farmington, New Mexico (N00189-20-D-Z880); Savannah Technical College, Savannah, Georgia (N00189-20-D-Z881); Seminole State College of Florida, Sanford, Florida (N00189-20-D-Z882); Sinclair Community College, Dayton, Ohio (N00189-20-D-Z883); South Dakota State University, Brookings, South Dakota (N00189-20-D-Z884); South Florida State College, Avon Park, Florida (N00189-20-D-Z885); South Orange County Community College District doing business as Saddleback College, Mission Viejo, California (N00189-20-D-Z886); Southern New Hampshire University, Manchester, New Hampshire (N00189-20-D-Z887); Stark State College of Technology, North Canton, Ohio (N00189-20-D-Z888); State University of New York (SUNY) System Administration, Albany, New York (N00189-20-D-Z889); Syracuse University, Syracuse, New York (N00189-20-D-Z890); Tallahassee Community College, Tallahassee, Florida (N00189-20-D-Z891); Temple University, Philadelphia, Pennsylvania (N00189-20-D-Z892); The Catholic University of America, Washington, D.C. (N00189-20-D-Z893); The College of William and Mary, Williamsburg, Virginia (N00189-20-D-Z894); The University of Toledo, Toledo, Ohio (N00189-20-D-Z895); Thomas Edison State University, Trenton, New Jersey (N00189-20-D-Z896); Trident Technical College, Charleston, South Carolina (N00189-20-D-Z897); University at Albany, SUNY, Albany, New York (N00189-20-D-Z898); University of Alaska Fairbanks, Fairbanks, Arkansas (N00189-20-D-Z899); University of Arizona, Tucson, Arizona (N00189-20-D-Z900); University of Central Florida, Orlando, Florida (N00189-20-D-Z901); University of Charleston, Charleston, West Virginia (N00189-20-D-Z902); University of Cincinnati, Cincinnati, Ohio (N00189-20-D-Z903); University of Florida, Gainesville, Florida (N00189-20-D-Z904); University of Hawaii Community College System, Honolulu, Hawaii (N00189-20-D-Z905); University of Mary Washington, Fredericksburg, Virginia (N00189-20-D-Z906); University of Maryland Global Campus, Adelphi, Maryland (N00189-20-D-Z907); University of South Dakota, Vermillion, South Dakota (N00189-20-D-Z908); Villanova University-College of Professional Studies, Villanova, Pennsylvania (N00189-20-D-Z909); Virginia Commonwealth University, Richmond, Virginia (N00189-20-D-Z910); Virginia Community College System, Richmond, Virginia (N00189-20-D-Z911); Waldorf University, Forest City, Iowa (N00189-20-D-Z912); Wallace State Community College, Hanceville, Alabama (N00189-20-D-Z913); Webster University, Webster Groves, Missouri (N00189-20-D-Z914); Western Governors University, Salt Lake City, Utah (N00189-20-D-Z915); White Mountains Community College, Berlin, New Hampshire (N00189-20-D-Z916); Williston State College, Williston, North Dakota (N00189-20-D-Z917); and Wilmington University, Dover, Delaware (N00189-20-D-Z918), are awarded $147,050,000 in multiple-award, indefinite-delivery/indefinite-quantity contracts to provide educational services to the entire enlisted workforce and to establish the U.S. Naval Community College in support of the Office of the Chief Learning Officer. The contracts will run concurrently with no option period. The ordering period of the contracts is anticipated to begin August 2020, and is expected to be completed by July 2025. Work will be performed at various locations across 37 states and the District of Columbia. The percentage of work at each of the facilities cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $59,500 will be obligated ($500 on each of the 119 contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated. This contract was competitively procured with the solicitation posted through beta.SAM.gov and 245 offers were received. The Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity. Wu and Associates Inc.,* Mt. Laurel, New Jersey (N62473-20-D-1103); Macro Z Technology,* Santa Ana, California (N62473-20-D-1104); Corbara MGS JV,* National City, California (N62473-20-D-1105); Pacific West Builders,* Simi Valley, California (N62473-20-D-1106); Ahtna-CDM JV,* Irvine, California (N62473-20-D-1107); Insight Pacific LLC,* Brea, California (N62473-20-D-1108); Dimensions Construction Inc.,* San Diego, California (N62473-20-D-1112); and I. E. Pacific Inc.,* Escondido, California (N62473-20-D-1120), are awarded a $99,999,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation and repair by design-build or design-bid-build of general construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility in California. The maximum dollar value including one two-year base period and one three-year option period for all eight contracts combined is $99,999,000. Wu and Associates Inc. is being awarded an initial task order at $633,000 to design and construct repairs for Building 16139, Naval Air Weapons Station, China Lake, California. All work on these contracts will be performed at various government installations located in California. The work to be performed provides for new construction, renovation and repair within the North American Industry Classification System (Code 236220). The various types of construction projects may include, but are not limited to, administration buildings; academic and applied instruction training facilities; maintenance/repair facilities; military operations facilities; aircraft hangars; fire stations; office buildings; laboratories; dining facilities; related structures; and other similar facilities located in California. Work for this task order is expected to be completed by July 2021. The terms of the contracts are not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 Navy working capital funds; and operations and maintenance (Navy) (O&M, N) contract funds in the amount of $668,000 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); Navy working capital funds; O&M, N; and O&M, Marine Corps. This contract was competitively procured as a small business set-aside via the Navy Electronic Commerce Online website and 36 proposals were received. These eight contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Southwest, San Diego, California, is the contracting activity. Florida Atlantic University, Boca Raton, Florida, is awarded an $11,179,001 cost reimbursement contract for the development of a next-generation, high-intake, compact, defined excitation bathyphotometer sensor for natural oceanic bioluminescence assessments. Work will be performed in Boca Raton, Florida, and is expected to be completed by July 2025. The total cumulative value of this contract, including a 48-month base period and one 12-month option year, is $11,179,001. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,179,001 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-S-B001, “Long Range broad agency announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-2035). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY SRI International, Menlo Park, California, was awarded a $10,991,741 cost-plus-fixed-fee contract for a research project under the Semantic Forensics (SemaFor) program. The SemaFor program will develop technologies to automatically detect, attribute and characterize falsified, multi-modal media assets (e.g., text, audio, image, video) to defend against large-scale, automated disinformation attacks. Work will be performed in Menlo Park, California; Baltimore, Maryland; Buffalo, New York; and Pittsburgh, Pennsylvania, with an expected completion date of July 2024. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,713,323 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and 37 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0124). DEFENSE LOGISTICS AGENCY DCX-CHOL Enterprises Inc., Los Angeles, California, has been awarded a maximum $8,125,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for grip assemblies. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The initial delivery order (SPRDL1-20-F-0297) for $225,000 will be issued at the same time as the contract. Location of performance California, with a July 20, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0108). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2286392/source/GovDelivery/

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

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

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

    AIR FORCE Raytheon Co., Marlborough, Massachusetts, is awarded a $442,265,464 cost-plus-incentive-fee undefinitized contract action for the force element terminal (FET) development effort. This contract provides for the design, development, testing, integration, and logistical support of a FET system that will transition the B-52 and RC-135 hardened communication terminals from the Military Strategic Tactical Relay satellite communications satellite constellation to the Advanced Extremely High Frequency satellite constellation. The majority of the work will be performed at Raytheon's facilities in Marlborough, Massachusetts; and Largo, Florida, and is expected to be completed by August 2023. This award is the result of a sole-source acquisition. Fiscal 2019 and 2020 research, development, test and evaluation 3600 funds, in the amount of $5,812,581, are being obligated at the time of contract award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity (FA8735-20-C-0003). Raytheon Co., Marlborough, Massachusetts, has been awarded a $36,848,806 cost-plus-fixed-fee contract modification (P00152) for the software encryption platform (SEP) engineering change effort, under the Family of Advanced Beyond Line-of-Sight Terminals (FAB-T) production contract. The contract action will develop and deliver an updated National Security Agency approved SEP. Work will be performed at Marlborough, Massachusetts, and is expected to be completed by March 2023. This award is the result of a sole source acquisition. Fiscal 2019 research, development, test and evaluation funding in the amount of $1,000,000 is being obligated at the time of award. The FAB-T Contracting Office, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8705-13-C-0005). ARMY LOC Performance Products,* Plymouth, Michigan, was awarded a $41,439,129 firm-fixed-price contract for the procurement of manufactured T-161 double pin track which is comprised of molded track pads, rubberized pins and forged track shoe bodies with bonded rubber backings to be used on the Army's Bradley family of vehicles, armored multi-purpose vehicle and Paladin family of vehicles. Bids were solicited via the internet with two received. Work will be performed in Plymouth, Michigan, with an estimated completion date of Jan. 12, 2022. Fiscal 2020 other procurement, Army funds in the amount of $41,439,129 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-C-0052). Lockheed Martin Corp., Orlando, Florida, was awarded a $9,829,327 modification (P00013) to contract W31P4Q-19-C-0071 for engineering services in support of the Hellfire Missile and Joint Air-to-Ground Missile. Work will be performed in Orlando, Florida, with an estimated completion date of Jan. 15, 2021. Fiscal 2020 missile procurement, Army funds in the amount of $9,829,327 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Carter Enterprises,** Brooklyn, New York, has been awarded a maximum $21,105,765 firm-fixed-price, indefinite-quantity contract for coats and trousers. This was a competitive acquisition with six responses received. This is a one-year base contract with three one-year option periods. Location of performance is New York, with a Jan. 15, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1206). NAVY Crowley Government Services, Jacksonville, Florida (N62387-15-C-2505), is awarded a $20,771,542 firm-fixed-price contract with reimbursable elements extension by invoking Federal Acquisition Regulation (FAR) 52.217-8 “option to extend services” to continue the operation and maintenance of five Tactical Auxiliary General Ocean Surveillance (T-AGOS) vessels; and two missile range instrumentation ships (T-AGM). This option includes a 365-day base period of performance, four one-year option periods, and a Federal Acquisition Regulation (FAR) 52.217-8 “option to extend services” option period for up to six months, which, if exercised, would bring the cumulative value of this contract to $375,202,948. Work will be performed at sea worldwide and is expected to be completed by July 21, 2020. Fiscal 2020 Navy operations and maintenance funds in the amount of $20,771,542 will be awarded at time of award and will expire at the end of fiscal year. This contract extension was not competitively procured. The contract was prepared under the provisions of 10 U.S. Code § 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(iii) (only one responsible source and no other supplies or services will satisfy agency requirements). The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-2505). MAC LLC, Bay St. Louis, Mississippi, is awarded a $9,998,493 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum of 2,400,000 MK323 Mod 0 polymer cased .50 caliber linked cartridges, and .50 caliber armor piercing/armor piercing incendiary polymer cased linked cartridges. Work will be performed in Bay St. Louis, Mississippi, and is expected to be completed by January 2024. Fiscal 2019 procurement ammunition (Marine Corps) funds in the amount of $3,051,359 will be obligated on the first delivery order immediately following contract award and funds will expire the end of fiscal 2021. The contract was awarded on a sole source basis in accordance with Federal Acquisition Regulation 6.302-1.The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-20-D-5200). *Small Business **Small Business in Historically Underutilized Business Zone https://www.defense.gov/Newsroom/Contracts/Contract/Article/2059429/source/GovDelivery/

Toutes les nouvelles