14 septembre 2020 | International, C4ISR

US defense department awards AirMap USD3.3m to develop AirBoss platform

US Department of Defense (DoD) has awarded Unmanned Traffic Management (UTM) service provider AirMap a USD3.3 million grant to to commercialize its AirBoss platform. AirBoss is an Intelligence Surveillance and Reconnaissance (ISR) software platform designed for Group 1 UAVs and developed together with Reveal Technology and the DoD's Defense Innovation Unit.

The DoD recently announced USD13.4 million in Title III investments to support the domestic small unmanned aerial system (sUAS) industrial base and further enhance the US warfighter's situational awareness, improve human-machine teaming, and provide engineering support for aiding the integration of sUAS capabilities into DoD programs. Under this investment, AirMap received USD3.3 million to aid product development and engineering support for integration of sUAS mission planning, post-mission analysis, and unmanned traffic management software. The award coincides with the launch of the AirMap Defense Group (ADG), a defense and security business unit that provides mission-critical technologies to the DoD. AirMap is working closely with the Marine Corps Warfighting Lab to enhance and field test the AirBoss platform with small quadrotors.

Airmap's AirBoss platform supports image mapping and analysis provided by Reveal Technology. Reveal's Farsight mobile application is a 2D/3D mapping and analytical tool for drone imagery, optimized to provide focused, intelligent analytics at the edge. The technology is used to provide intelligence for army squads.

“UAS technology delivers critical situational awareness and tactical opportunities,” said Major Steven Norris, ACE Branch Head, Science and Technology, at the Marine Corps Warfighting Lab. “We look forward to further developing Unmanned Traffic Management (UTM) technology to enable safer and more efficient UAS operations teaming with personnel and manned aircraft.”

“AirBoss equips troops with the tools to collect, process, share, and act on critical visual intelligence in real time,” said Garrett Smith, CEO Reveal Technology. “We are excited to work with AirMap and the DoD to develop a best-in-class platform for our warfighters.

https://www.unmannedairspace.info/latest-news-and-information/us-defense-department-awards-airmap-usd3-3m-to-develop-airboss-platform/

Sur le même sujet

  • From shelters to vehicles to rucks, here’s how the Army is changing its command posts

    27 juillet 2018 | International, Terrestre

    From shelters to vehicles to rucks, here’s how the Army is changing its command posts

    By: Todd South ABERDEEN PROVING GROUND, Md. — As the Army looks to shrink its battlefield footprint, its researchers and engineers are finding ways to make the nerve center of the battle — command posts — lighter, more capable and easier to set up and tear down. A recently concluded three-year program aimed to do just that, with everything from the shelter devices used to house a command post's gear, to refitting old and new vehicles, to moving an entirely vehicle-mounted communications system off the truck and into the ruck, cutting its weight by two-thirds in the process. These are some of the ways that experts with the U.S. Army Research, Development and Engineering Command's Communications–Electronics Center are finding to make command posts more mobile, resilient and effective against enemies that can quickly target and destroy massed formations. Some of the advancements include the Expeditionary Command Post shelter, a 20-foot box with integrated power outlets, air conditioning, network cabling and video distribution system. It's containerized so that it can be hauled on a truck or sling loaded under a helicopter. A four-soldier team can set up the structure within 30 minutes as the remaining command personnel hook up the computers, radios and other devices inside of the structure. Jim Bell, operations expert with RDECOM, told Army Times that soldiers with the 1st Armored Division's 2nd Brigade Combat Team set up the shelter in those time frames during field exercises. And during an experiment at Fort Hood, Texas, soldiers moved the shelter with a CH-47 Chinook helicopter. An even more mobile option that researchers have put together is the Light-Mobile Command Post, a pull-out table and tent combination that is installed in the back of a Humvee. It includes fixed TV monitors, built-in radio networks, cabling and computers. The system was designed primarily for light infantry units, but a similar configuration has also been installed on tracked command vehicles for armor units. This post can be voice comm and position location tracking operational within 15 minutes and fully operational in 30 minutes. Another Humvee-based answer to mobile command is a reconfigured command and control vehicle dubbed the Command Post Platform–Improved. It has a built-in power and cooling system and spots for two cases containing the capacity for six computer servers, enough to run a brigade's worth of data. The setup includes seven radio nets, HF, UHF, VHF and SATCOM, and links for fiber optic, standard and secret lines of communication. A small but important feature allows the user to power the systems from either vehicle or external power. The system also has a 15-minute power backup so that the servers can continue to run as power is switched. Beyond a structure or tent solution, researchers have also outfitted small and mid-size all-terrain vehicles, specifically the Polaris MRZR. The focus of these is to provide airborne or air assault operations with a full-fledged command post in a smaller package. The smaller MRZR uses a modular system that can be pulled and reinstalled quickly into another vehicle, should the ATV be disabled. And it has an extra-powerful alternator that can produce 120 amps, double the amperage of a Humvee alternator. It also includes a first-ever all-around handset that can plug in and communicate whether the speaker is using radio, Voice over Internet Protocol or VOIP, and other computer-based voice applications. On top of all these advancements, the Army also is working on reducing what was 60 pounds worth of gear that previously was only used during mounted operations into a much lighter, man-portable package. “They were ripping stuff off of vehicles and coming up with a power source,” said Brad McNeilly-Anta, command post consultant for RDECOM. “That wound up with a 60-pound item, and they were jumping with it at the 82nd Airborne.” Not the most convenient package to haul to the ground. The expeditionary Joint Battle Command Platform is a line of sight, two-way transmission that includes a tablet, battery, peripherals and a new fueled power source that allows it to run for more than 24 hours of continuous operations. Adjustments and replacements to the ruggedized computer, power source, transceiver and encryption device have trimmed the weight down to 23 pounds. Experimenters adapted a 1 L methanol power source to run the system but have also successfully experimented with windshield wiper fluid to run the system, McNeilly-Anta said. https://www.armytimes.com/news/your-army/2018/07/26/from-shelters-to-vehicles-to-rucks-heres-how-the-army-is-changing-its-command-posts

  • Contract Awards by US Department of Defense - November 16, 2018

    19 novembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 16, 2018

    AIR FORCE Space Vector Corp., Chatsworth, California (FA8818-19-D-0001); and OrbitalATK Inc., Chandler, Arizona (FA8818-19-D-0002), have been awarded a combined ceiling $424,000,000 multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee for Sounding Rocket Program-4 (SRP-4). The SRP-4 contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program's suborbital mission. This contract will be used to meet Department of Defense and other government agency requirements for sub-orbital research, development, and test launch services, including prototype demonstrations and missile defense targets. Work will primarily be performed in Chatsworth, California; Chandler, Arizona, and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive acquisition with a seven-year ordering period. Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Labatt Food Service, San Antonio, Texas, has been awarded a maximum $295,636,225 firm-fixed-price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support for the San Antonio region. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period, and one two-year option period. Location of performance is Texas, with a Nov. 15, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3206). Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $20,781,402 firm-fixed-price contract for transmission overhaul kits. 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 13-month contract with no option periods. Location of performance is Indiana, with a Dec. 31, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0057). Peckham Vocational Industries,** Lansing, Michigan, has been awarded an $8,609,660modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-N029) with two one-year option periods for drawers. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Lockheed Martin Corp., Baltimore, Maryland, is awarded a $282,085,646 not-to-exceed undefinitized contract action modification to previously-awarded contract N00024-18-C-2301 for long-lead-time material and detail design in support of the construction of four Multi-Mission Surface Combatant ships (MMSC). The MMSC is a lethal and highly maneuverable surface combatant capable of littoral and open-ocean operation. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Marinette, Wisconsin (55 percent); Baltimore, Maryland (23 percent); Herndon, Virginia (11 percent); Moorestown, New Jersey (6 percent); Manassas, Virginia (1 percent); San Diego, California (1 percent); and various places below one percent (3 percent), and is expected to be completed by October 2025. Foreign military sales (Kingdom of Saudi Arabia) funding in the amount of $124,201,733 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z012); Cydecor Inc., Arlington, Virginia (N00189-19-D-Z013); and Whitney, Bradley and Brown Inc., Reston, Virginia (N00189-19-D-Z014), are awarded an estimated $69,920,361 multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide management support services to facilitate warfighting, manpower and business transformation initiatives in support of the Deputy Chief of Naval Operations, Information Dominance. The contracts will run concurrently and will include a 60-month base ordering period with no additional options. Work will be performed at government facilities in Arlington, Virginia (90 percent), and at the various contractor locations in which the percentage of work at each of those locations cannot be determined at this time (10 percent). The ordering period will begin March 2019 and is expected to be completed by February 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated (approximately $33,333 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was posted to the Federal Business Opportunities website, with ten offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $55,452,842 for task order A00011 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-17-D-4012) to exercise the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $122,263,227. Work will be performed at various installations in Territory of Djibouti, Africa and other areas within Africa, and work is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. Lockheed Martin Space, Sunnyvale, California is being awarded a cost-plus-fixed-fee, cost-plus-incentive-fee $49,069,660 modification (P00002) to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Kings Bay, Georgia (22.25 percent); Bangor, Washington (22.80 percent); Cape Canaveral, Florida (22.22 percent); Sunnyvale, California (12.59 percent); Borgo San Dalmazzo, Italy (6.81 percent); Biddeford, Maine (3.70 percent); Denver, Colorado (2.06 percent); and other various locations (less than 1.00 percent each; 7.57 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $31,281,073; and fiscal 2019 research, development, test, and evaluation funds in the amount of $17,788,587 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $41,329,513 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00016 to a previously awarded contract (N00030-17-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (69.71 percent); Denver, Colorado (10.92 percent); Clearwater, Florida (8.78 percent); Cape Canaveral, Florida (3.04 percent); Valley Forge, Pennsylvania (1.99 percent); Santa Clara, California (1.06 percent); and other various locations (less than 1.00 percent each; 4.50 percent total) with work expected to be completed by Sept. 30, 2023. Fiscal 2019 research, development, test, and evaluation funds in the amount of $11,513,121; and fiscal 2019 weapons procurement (Navy) funds in the amount of $29,816,392 are being obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded $32,730,879 for modification P00003 to a previously awarded advance acquisition contract (N00019-18-C-1037) for long-lead items for Japan E-2D Aircraft JAA5 under the Foreign Military Sales program. Work will be performed in Syracuse, New York (22.04 percent); Potez, Aire-sur-l'Adour, France (11.50 percent); Edgewood, New York (8.42 percent); Menlo Park, California (6.12 percent); Woodland Hills, California (5.53 percent); Rolling Meadows, Illinois (5.01 percent); Marlborough, Massachusetts (4.59 percent); Greenlawn, New York (3.06 percent); Owego, New York (3.06 percent); Independence, Ohio (3.06 percent); Gardena, California (2.29 percent); Melbourne, Florida (2.09 percent); Clemmons, North Carolina (1.81 percent); Falls Church, Virginia (1.53 percent); Melville, New York (1.49 percent); Long Beach, California (1.17 percent); Laval, Quebec, Canada (0.04 percent); and various locations within the U.S. (17.19 percent), and is expected to be completed in August 2022. Foreign military sales funds in the amount of $32,730,879 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $20,881,626 contract modification for recurring/non-recurring services type contract for base operations services at Naval Support Activity Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment, and supplies necessary to perform base operating services to include but not limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events, and snow and ice removal. Work will be performed in Annapolis, Maryland, and work is expected to be completed July 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $14,629,883.85 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Triton Marine Construction Corp., Bremerton, Washington, is awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station (NWS) Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams at NWS Earle waterfront complex. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). EMR Inc.,* Niceville, Florida, is awarded $16,897,000 for firm-fixed-price task order N6945019F1000 under a previously awarded multiple award construction contract (N69450-17-D-0507) for renovations to Colmer Dining Facility Building 367 at Naval Construction Battalion Center Gulfport. Renovations include expansion of cold storage areas, improvements to electrical and mechanical systems, updated parking and architectural components. In addition, a temporary kitchen facility composed of modular units will be placed in service at a separate location. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Gulfport, Mississippi, and is expected to be completed by Nov. 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $16,897,000 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Technology Unlimited Group,* San Diego, California, is awarded a $15,059,071 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,798,332. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0005). Harmonia Holdings Group LLC,* Blacksburg, Virginia, is awarded a $15,028,289 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,540,512. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Blacksburg, Virginia (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0004). Effecture LLC,* San Diego, California, is awarded a $14,803,612 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,403,117. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0002). Trabus Technologies Inc.,* San Diego, California, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,129,755. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov, 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0007). Grove Resource Solutions Inc.,* Frederick, Maryland, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,258,893. Work will be performed at Government facilities in San Diego (90 percent) and at contractor facilities in Frederick, Maryland (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov.15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0003). Vigor Marine LLC, Portland, Oregon, is awarded an $11,668,324 firm-fixed-price contract for a 56-calendar day shipyard availability for the regular overhaul and dry docking of USNS Rappahannock (T-AO 204). Work includes general services, structural steel repairs, repair oil leaks in both port and starboard main engines, replace ballast tank level indicators, repairs to the emergency diesel generator, tank repairs and preservation to the marine sanitation device and vacuum collection holding and transfer tanks, renew valves for the ballast system, repairs to the main seawater piping, overhaul number one main seawater cooling, pump, overhaul number three ships service diesel generator turbocharger, repairs to staterooms, ship dry-docking and undocking, preservation to the ship's underwater hull and freeboard, refurbish the hauling winch assembly and motors on station number three, refurbishment of the rollers on the sliding block/transfer head/guide and refurbishment to the kingpost for station three. The contract includes options which, if exercised, would bring the total contract value to $13,586,233. Work will be performed in Portland, Oregon, and is expected to begin on Jan. 7, 2019 and is expected to be completed by March 3, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,668,324 will be obligated. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4001). Trandes Corp.,* Lanham, Maryland, is awarded an estimated $11,619,097 contract modification to increase the ceiling of an existing indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-reimbursement contract (N66001-15-D-0146). Support includes removal of old and installation of new commercial-off-the-shelf precision approach radar; logistics and training support; remote landing site tower generator repair; tactical air navigation systems installation support; and Marine Air Traffic Control and Landing System, and Amphibious Assault Direction System sustainment support. This modification increases the estimated value of the contract from $19,226,946 to $30,846,043. This ceiling increase does not obligate funds. Funding will be obligated via task/delivery orders, which will be placed using operations and maintenance (Navy); and other procurement (Navy) funds. This modification is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $11,314,171 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $28,840,430. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Marlton, New Jersey (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0006). Ratcliff Construction Inc.,* Orange Park, Florida, is awarded $9,990,000 for firm-fixed-price task order N6945019F0850 under a previously awarded multiple award construction contract (N69450-18-D-1315) for consolidation and repair of Aviation Hangar 600 at Naval Station Guantanamo Bay. The work to be performed provides for complete exterior and interior repairs consisting of underutilized space in the west “lean-to” two story structure. Remotely located areas will be consolidated into renovated spaces. This includes complete renovation of Aviation Hangar 600 to include demolition of structures and repair by replacement of mechanical, electrical, plumbing and fire protection systems. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,990,000 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. ARMY DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $30,439,974 firm-fixed-price contract for small enclosure kits to support production of the Chemical Biological Protective System. 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 Nov. 15, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3009). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $14,413,028 firm-fixed-price contract for Army Ground Mobility Vehicles and associated kits. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 16, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0072). VSE Corp., Alexandria, Virginia, was awarded a $13,068,557 modification (P00014) to contract W911SA-16-C-0002 for labor, equipment and transportation necessary to provide logistics readiness support services to perform and assist with property accountability, vehicle operations and supporting functions, maintenance management services, field and sustainment level maintenance, storage site operations, hands-on-training mission support, and refurbishment support at various locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico. Work will be performed in Mountain View, California, with an estimated completion date of Aug. 29, 2019. Fiscal 2019 other funds in the amount of $11,715,802 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1693147/source/GovDelivery/

  • BAE Systems selects Parsons Corporation for modernization project at Radford Army Ammunition Plant

    18 juillet 2024 | International, Terrestre

    BAE Systems selects Parsons Corporation for modernization project at Radford Army Ammunition Plant

    Under this two-year, $15.4 million contract, Parsons will prepare a series of preliminary design packages for the RFAAP manufacturing facility.

Toutes les nouvelles