17 janvier 2020 | International, Aérospatial

US Defense Department Awards C3.ai $95M Contract Vehicle to Improve Aircraft Readiness Using AI

Redwood City, CA – January 15, 2020 – C3.ai, a leading enterprise artificial intelligence (AI) software provider for accelerating digital transformation, today announced a five-year agreement with the Defense Innovation Unit (DIU) to deliver C3 Readiness for Aircraft™ an AI-based software application that increases the readiness and availability of aircraft to accomplish their missions.

Predicting an aircraft subsystem's risk of failure is essential to the U.S. military's fleet readiness. By using machine learning algorithms to monitor high-priority subsystems for risk of failure and predict the requirements for parts at air bases and depots, C3 Readiness for Aircraft shifts the paradigm from reactive to predictive maintenance.

C3 Readiness for Aircraft provides a near real time view of aircraft health for each individual tail number. Using C3 Readiness for Aircraft, maintainers can be made available and prepared for work, and operations personnel can ensure that the right parts are available at the right time and at the right locations. With this application, organizations can substantially expand the use of existing aircraft and reduce the cost and time associated with unexpected maintenance.

“Each hour an aircraft is grounded costs taxpayers tens of thousands of dollars – and approximately $292 billion of the Pentagon's annual budget is spent on operations and maintenance costs ,” said Ed Abbo‚ President and CTO, C3.ai. “Given these numbers, even a fractional increase in aircraft mission capability can save billions. We look forward to building on our initial success delivering solutions that extend the DoD's competitive advantage and support its ambitious plans to implement artificial intelligence at scale.”

Defense Innovation Unit (DIU) is the DoD organization based in Silicon Valley charged with accelerating the adoption of innovative commercial technologies into the U.S. military to strengthen the nation's security. DIU connects customers with leading technology companies to prototype, transition, and field capabilities within 36 months. DoD has made it a priority to address readiness in the FY2020 Budget so that forces meet a minimum standard. Applying AI techniques helps the DoD achieve this objective rapidly in a cost-effective manner.

C3.ai has repeatedly demonstrated its capabilities to DIU to significantly improve readiness for several Air Force units. As a result of a number of successful US Air Force implementations, including the E-3 Sentry (AWACS), C-5 Galaxy, F-16 Fighting Falcon, and F-35 Joint Strike Fighter Lightning II aircraft, and expansion to Army Aviation platforms such as UH-60 Blackhawk and AH-64 Apache helicopters, DIU sponsored the current up-to-$95M agreement that allows all the Services and other federal agencies to use C3.ai's software for aircraft predictive maintenance.

C3 Readiness for Aircraft operates on the C3 AI Suite™, an integrated software platform that enables organizations to rapidly design, develop, and deploy enterprise-scale AI applications on any public or private cloud environment. The C3 AI Suite allows the DoD to integrate and unify large amounts of fragmented and disparate data, and make those data available for use by machine learning algorithms for insights that improve operations and provide situational awareness. C3.ai's applications are configurable for a variety of capabilities beyond AI predictive maintenance including intelligence data fusion, clearance adjudication, insider threat, improved logistics, supply risk identification, and AI-based operational support.

About C3.ai

C3.ai is a leading AI software provider for accelerating digital transformation. C3.ai delivers the C3 AI Suite for developing, deploying, and operating large-scale AI, predictive analytics, and IoT applications in addition to an increasingly broad portfolio of turn-key AI applications. The core of the C3.ai offering is a revolutionary, model-driven AI architecture that dramatically enhances data science and application development. Organizations such as Royal Dutch Shell, ENGIE, 3M, and Enel are currently leveraging C3.ai's enterprise software for greater efficiency, productivity, and reliability.

Contact:
C3.ai Public Relations:
April Marks
650-503-2200
pr@c3.ai

View source version on C3.ai: https://c3.ai/us-defense-department-awards-c3-ai-95m-contract-vehicle-to-improve-aircraft-readiness-using-ai/

https://www.epicos.com/article/531552/us-defense-department-awards-c3ai-95m-contract-vehicle-improve-aircraft-readiness

Sur le même sujet

  • No title found

    15 juillet 2022 | International, Aérospatial, C4ISR

    No title found

    The Russia-Ukraine war has galvanized Europe and NATO, but facing issues such as high inflation, can defense commitments be maintained?

  • Contract Awards by US Department of Defense - January 29, 2019

    30 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - January 29, 2019

    AIR FORCE Honeywell International Aerospace, Albuquerque, New Mexico, has been awarded an $85,676,969 contract for C‐5 Honeywell software and engineering support services. This contract provides hardware and software support for the C-5 aircraft. Work will be performed at the following locations: Warner Robins, Georgia; Phoenix, Arizona; Aguadilla, Puerto Rico; Redmond, Washington; and Albuquerque, New Mexico, and is expected to be completed Jan. 30, 2025. This award is the result of a sole-source acquisition. A combination of fiscal 2019 Transportation Working Capital funds; and operations and maintenance funds in the amount $9,359,960 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8525‐19‐D‐0002). Diligent Consulting Inc., San Antonio, Texas, has been awarded a $17,490,000 cost-plus-incentive-fee, firm-fixed-price and cost-reimbursable modification (P00003) to contract FA8770-18-F-1009 for undefinitized contract action against the maintenance, repair and overhaul initiative task order. The modification will better align capabilities with user needs by realigning the fielding strategy to match the needs of individual units through the use of agile methods, and incorporate two financial processes necessary to be compliant with Financial Improvement and Audit Readiness and the Federal Information System Controls Audit Manual. Work will be performed in at Wright-Patterson Air Force Base, Ohio; and San Antonio, Texas, and is expected to be completed Jan. 28, 2023. This contract is being funded with fiscal 2019 research, development, test and evaluation funds, and total cumulative face value of the contract is $49,257,000. Air Force Life Cycle Management center, Wright-Patterson AFB, Ohio, is the contracting activity. DEFENSE HEALTH AGENCY SeKON Enterprise Inc., Arlington, Virginia, is being awarded a $32,696,823 modification to previously awarded cost-reimbursable task order HT0011-14-F-0030 to exercise an option for engineering, cybersecurity, and configuration management support services. The cumulative maximum value of the task order is $144,344,198. HT0011-14-F-0030 provides services in support of the Program Executive Office (PEO) - Defense Healthcare Management Systems (DHMS) in its efforts to provide systems engineering processes, cybersecurity processes, data management and governance, synthetic test data, process and software tool support, and enterprise solutions architecture for PEO DHMS programs. The period of performance for the option is 12 months with an estimated completion date of Jan. 28, 2020. Work location is at the contractor's facility in Arlington, Virginia. The modification is funded with fiscal 2018 and 2019 research, development, test, and evaluation funds; and fiscal 2019 operations and maintenance funds. The original task order was issued on a competitive basis, with fair opportunity being provided to contract holders under the National Institutes of Health Chief Information Officer – Solutions And Partners 3 (CIO-SP3) Small Business Government-Wide Acquisition Contract. The Defense Health Agency - Contracting Office - Defense Healthcare Management Systems, Arlington, Virginia, is the contracting activity. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems Division, Moorestown, New Jersey, has been awarded a $13,113,482 cost-plus-incentive-fee modification (P00314) under contract HQ0276-10-C-0001. This modification increases the total cumulative contract value from $2,917,816,118 to $2,930,929,600. Under this modification, the contractor will provide installation; test and training; logistics and material planning; and additional program planning, technical coordination and scheduling for Aegis BMD 4.x aboard AEGIS destroyers for the AEGIS BMD program office. The work will be performed in Moorestown, New Jersey, with an expected completion date of June 30, 2021. Fiscal 2019 defense wide procurement funds in the amount of $7,127,611 are being obligated at the time of award. This contract modification is the result of a sole-source acquisition. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. NAVY General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $13,067,576 for contract modification P00006 to a previously awarded cost-plus-incentive-fee, firm-fixed-price contract (N00030-18-C-0005) for sustainment of the U.S. and United Kingdom SSBN Fire Control System; and the U.S. SSGN Attack Weapon Control System, including training and support equipment and research and development. The work will be performed in Pittsfield, Massachusetts (97.50 percent); and other various locations less than one percent each (2.50 percent), with an expected completion date of December 2020. Fiscal 2019 other procurement (Navy) funds in the amount of $10,004,025; United Kingdom funds in the amount of $2,240,000; and fiscal 2019 operations and maintenance (Navy) funds in the amount of $823,551 are obligated on this award. Funds in the amount of $823,551 will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. ARMY MedTrust LLC, San Antonio, Texas, was awarded a $12,939,322 firm-fixed-price contract for registered nursing services. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2019. U.S. Army Medical Research Acquisition Activity, Fort Sam Houston, Texas, is the contracting activity (W81K04-19-D-0009). https://dod.defense.gov/News/Contracts/Contract-View/Article/1743253/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 21, 2019

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

    Contract Awards by US Department of Defense - November 21, 2019

    AIR FORCE The Raytheon Co., Tucson, Arizona, has been awarded a $386,000,000 contract modification (P00001) to the previously awarded contract FA8681-18-D-0001 for the total package approach (TPA) to the Paveway Family of Weapons. The contract action provides a TPA for Paveway-specific activities including, but not limited to: studies, production, certification, integration and sustainment. This modification increases the ceiling of the indefinite-delivery/indefinite-quantity contract from the previously awarded amount of $110,000,000 to $496,000,000. Work will be performed at Tucson, Arizona; and Air Force test ranges. This modification involves 100% foreign military sales to countries with active cases to acquire Paveway weapon systems or have expressed interest in the Paveway Family of Weapons. The total cumulative face value of the contract is $496,000,000. Foreign Military Sales funds are being used and no funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Direct Attack Branch, Eglin Air Force Base, Florida, is the contracting activity. L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $77,247,414 firm-fixed-price contract for contractor operated and maintained base supply of the Air Education and Training Command fleet of 178 T-1A trainer aircraft. Work will be performed at Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi, and Pensacola Naval Air Station, Florida, and is expected to be completed by Nov. 30, 2020. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount $15,787,799 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-18-C-0001). JYG Innovations LLC, Dayton, Ohio (FA8604-20-D-3503); Stellar Innovations & Solutions Inc., Moraine, Ohio (FA8604-20-D-3501); and Indigenous Technologies LLC, Chickasha, Oklahoma (FA8604-20-D-3502), have been awarded a $75,000,000 indefinite-delivery/indefinite-quantity contract for Air Force Life Cycle Management Center (AFLCMC) information technology support services. This contract provides for all personnel, supervision and services necessary to accomplish organizational unique communications and information systems support for AFLCMC Wright Patterson Air Force Base organizations for information technology functions considered to be outside the definition of core services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Feb. 28, 2026. This award is the result of a competitive acquisition and 17 offers were received. Fiscal 2020 operations and management and procurement funds in the amount of $215,059 (JYG Innovations LLC); $1,882,637 (Indigenous Technologies LLC); and $1,784,659 (Stellar Innovations and Solutions Inc.), will be obligated at the time of award. The Air Force Life Cycle Management, Information Technology Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY VGW Geospatial JV,* O'Fallon, Illinois, was awarded a $240,000,000 firm-fixed-price contract for professional land survey architect-engineer in support of the Southwestern Division Department of Homeland Security Border Infrastructure Program. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 19, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-20-D-6002). Lockheed Martin Corp., Orlando, Florida, was awarded a $93,000,000 cost-plus-fixed-fee contract for a national cyber range that provides the ability to conduct realistic cybersecurity test and evaluation of major Department of Defense (DoD) acquisition programs and the ability to conduct realistic training, certification and mission rehearsal events for the DoD Cyber Mission Force. One bid were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 19, 2021. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0001). The Morganti Group Inc., Danbury, Connecticut, was awarded an $88,515,202 firm-fixed-price contract for construction of buildings, utilities, airfield pavements and infrastructure improvements. Bids were solicited via the internet with six received. Work will be performed in Azraq, Jordan, with an estimated completion date of Sept. 15, 2022. Fiscal 2020 military construction, Army funds in the amount of $88,515,202 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-20-C-0002). Mobley Contractors Inc.,* Morrilton, Arkansas, was awarded a $20,219,318 firm-fixed-price contract for the demolition and construction of the spillway bridge at Eufaula Lake, Oklahoma. Bids were solicited via the internet with two received. Work will be performed in Stigler, Oklahoma, with an estimated completion date of March 31, 2022. Fiscal 2020 operation and maintenance, civil works funds in the amount of $20,219,318 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0003). SAF Inc.,* Akron, Ohio, was awarded an $8,555,145 firm-fixed-price contract for design-build for Town of Martin low income housing redevelopment. Bids were solicited via the internet with three received. Work will be performed in Martin, Kentucky, with an estimated completion date of Feb. 28, 2021. Fiscal 2010 civil construction funds in the amount of $8,555,145 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-F-9999). Threat Tec LLC,* Hampton, Virginia, was awarded an $8,066,481 modification (P00005) to contract W9124E-18-D-0002 for training support services. 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 Nov. 24, 2020. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. Lockheed Martin Missile & Fire Control, Grand Prairie, Texas, was awarded a $7,083,431 hybrid contract (cost-plus-fixed-fee and firm-fixed-price foreign military sales (Bahrain, Republic of Korea, Finland, Jordan, Singapore and United Arab Emirates)) for logistics services in support of the Precision Fires Rocket and Missile System launchers. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Nov. 14, 2022. Fiscal 2020 foreign military sales funds in the amount of $7,083,431 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0088). NAVY Lockheed Martin Corp., Baltimore, Maryland, is awarded an $86,346,780 for an undefinitized contract action, ceiling-priced, indefinite-delivery, firm-fixed price, performance-based logistics requirements contract for the repair, upgrade or replacement of the MK-41 Vertical Launch System. Work will be performed in Ventura, California (65%); various contractor supplier locations throughout the U.S. (23%); and various contractor divisions located in Clearwater, Florida; Baltimore, Maryland; and La Mesa, Mexico (collectively 12% as breakdown cannot be determined at this time). This contract includes a five-year base period with no options. Work is expected to be completed by November 2024. Annual working capital funds (Navy) in the amount of $17,583,191 will be issued for delivery order (N00383-20-F-0WB0) that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WB01). Schmidt-Prime Group LLC,* Pensacola, Florida, is awarded a $30,000,000 maximum amount firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). 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 at Department of Defense (DoD) and non-DoD activities in the NAVFAC Southeast AO. Initial task order is being awarded at $441,467 to provide engineering services to update the installation DD Form 1391 project documentation and prepare the region team final DD Form 1391 for the Advanced Helicopter Training System at Naval Air Station, Whiting Field, Milton, Florida. Work for this task order is expected to be completed by March 2020. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AO 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 November 2024. Fiscal 2019 military construction (MILCON, Navy) contract funds in the amount of $441,467 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 operation and maintenance and MILCON, Navy. This contract was competitively procured via the Navy Electronic Commerce Online website with 26 proposals received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0002). Progeny Systems Corp., Manassas, Virginia, is awarded a $23,488,366 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6267 to exercise and fund options for engineering services and Navy equipment. Work will be performed in Manassas, Virginia (85%); and Charleroi, Pennsylvania (15%), and is expected to be complete by March 2022. Fiscal 2020 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); fiscal 2020 research, development, test and evaluation (Navy); and fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $18,921,361 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 Navy Yard, Washington, District of Columbia, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $15,796,385 cost-plus-fixed-fee contract modification (P00038) to a previously awarded and announced contract (N00030-17-C-0001) to provide services for the U.S. and United Kingdom Trident II D5 strategic weapon system programs, U.S. SSGN attack weapon systems, nuclear weapon surety and future concepts. Work will be performed at Rockville, Maryland (70.3%); Washington, District of Columbia (14.33%); Kings Bay, Georgia (5.1%); Silverdale, Washington (2.7 %); Norfolk, Virginia (1.5% ); San Diego, California (1.5%); Alexandria, Virginia (1.1%); Barrow, United Kingdom (1.1%); Ocala, Florida (0.20%); Ball Ground, Georgia (0.20 %); Saint Mary's, Georgia (0.2%); Pittsfield, Massachusetts (0.17%); Montgomery Village, Maryland (0.15%); Thurmont, Maryland (0.15%); Buffalo, New York (0.15%); New Lebanon, New York (0.15%); New Paris, Ohio (0.15%); Downingtown, Pennsylvania (0.15%); Wexford, Pennsylvania (0.15%); Alton, Virginia (0.15%); Springfield, Virginia (0.15%); Vienna, Virginia (0.15%); and Baltimore, Maryland (0.10%), with an expected completion date of September 30, 2020. Fiscal 2020 other procurement (Navy) funds in the amount of $5,938,482; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $3,126,542 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0001). The Nutmeg Companies Inc.,* Norwich, Connecticut, is awarded a $15,360,720 firm-fixed-price contract for renovation of Building 2, reactor servicing ship support, located at Portsmouth Naval Shipyard. The project provides whole building repair and modernization to Building 2. Exterior envelope repairs and replacement will include, but not be limited to, roofing and flashing systems, trim, window and door repairs, brick and masonry, and the installation of roof and wall insulation. The project includes, but is not limited to, the replacement of any deteriorated heating, ventilation, and air conditioning equipment and controls, the renovation of electrical and plumbing systems and the modernization of automated fire detection/suppression systems installed to achieve code compliance. Interior repairs will include the removal of lead paint and asbestos material hazards currently encapsulated in the walls and ceilings. Partial reconfigurations of existing spaces will include offices, work areas and egress paths in order to improve space utilization, accessibility and life safety. State Historic Preservation Officer consultation will be required for all work associated with the building's character defining features. Work will be performed in Kittery, Maine, and is expected to be completed by February 2021. Fiscal 2020 operation and maintenance, (Navy) contract funds in the amount of $15,360,720 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0032). BAE Systems, Rockville, Maryland, is awarded a $15,245,739 firm-fixed-price contract modification P00006 under a previously awarded contract (N00604-19-C-4001) to exercise option year one for the operation and maintenance of Navy communication, electronic and computer systems. The contract includes a 12-month base period and four one-year option periods. The exercise of this option will bring the estimated value of the contract to $29,146,674, and if all options are exercised, it will bring the total value to $79,707,560. Work will be performed in Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work is expected to be completed by November 2020; if all options are exercised, work will be completed by November 2023. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $4,019,559 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited on a full and open, unrestricted basis with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $12,136,378 modification (P00032) to a previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048). This modification provides CH-53K configuration changes required for initial operational test and evaluation for lot 1 low rate initial production aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in January 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,136,378 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. San Diego Gas & Electric Co., San Diego, California, is awarded a $9,645,185 firm-fixed-price modification under a basic utility service contract for the final design and construction of a natural gas mainline for Cantonment Area 62, Marine Corps Base (MCB) Camp Pendleton. The work to be performed provides for replacing the existing natural gas mainline between Area 52 and Area 62 at MCB Camp Pendleton. A new 6" Polyethylene natural gas transmission mainline, to be installed under Cristianitos Road between South El Camino Real and San Mateo Road, will supply natural gas to the new natural gas master meter assembly. After award of this modification, the total cumulative contract value will be $10,286,614. Work will be performed in Camp Pendleton, California, and is expected to be completed by May 2021. Fiscal 2020 operation and maintenance, (Headquarters Marine Corps) contract funds in the amount of $9,645,185 will be obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-14-C-0201). DEFENSE LOGISTICS AGENCY Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum of $7,635,468 firm-fixed-price contract for men's trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Locations of performance are North Carolina and New York, with a Nov. 20, 2020, performance completion date. Using military service is Navy. 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-1213). Optima Batteries, Milwaukee, Wisconsin, has been awarded a maximum $7,576,806 firm-fixed-price contract for storage batteries. This was a sole-source acquisition using justification U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and Mexico, with a Nov. 19, 2024, performance completion date. Using military services are Air Force, Army and Navy. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0043). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2022193/source/GovDelivery/

Toutes les nouvelles