Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3558 nouvelles

    Vous pouvez affiner les résultats en utilisant les filtres ci-dessus.

  • Britain’s shipbuilding strategy has not gone according to plan — and industry is noticing

    10 septembre 2019 | International, Naval

    Britain’s shipbuilding strategy has not gone according to plan — and industry is noticing

    By: Andrew Chuter LONDON — Confronted with the dilemma of maintaining a naval industrial base after the completion of two 65,000-ton aircraft carriers for the Royal Navy, the British government two years ago launched a national shipbuilding strategy aimed at building an efficient sector, and thus keeping skills and capacity alive. But the strategy has failed to work out exactly as planned. Two yards closed this year and a third was rescued by nationalization. Meanwhile in the supply chain, the Ministry of Defence had to act quickly on ordering the motor for the Type 26 frigate to prevent the contractor from moving its capabilities to France. Former shipyard boss Peter Parker, who authored the original shipbuilding strategy, delivered a review of the strategy's status to the MoD, but the update remains under wraps, with no firm timing announced for its publication. One key element of the strategy included procurement of five general-purpose frigates for the Royal Navy to be competed for by local shipyards in an effort to end BAE Systems' maritime monopoly in Britain. Another included an international competition for up to three 40,000-ton fleet solid support ships. Both programs have subsequently run into stormy waters. Paul Everitt, the chief executive of ADS, the lobby group that represents British defense, aerospace and security companies, said it's important to continue to support the strategy, even as some of the impetus has been lost. “We need to stick with the national shipbuilding strategy. It marks a significant shift in the MoD's approach to procurement. The area that has been challenging, though, is that progress has been hindered by the political uncertainty around Brexit and the future size of MoD budgets,” Everitt said, referring to Britain's exit from the European Union. “Some of the decisions that would help to give industry the longer-term certainty they require to invest or hang in there aren't being made,” he added. “Where do we go next ? It is really about the MoD creating certainty around a pipeline of work from all the key programs, all of which should offer significant amounts of work to U.K. industry over the next 15 years.” Shipyard survival Not everyone remains signed up to the shipbuilding strategy, however. Defense commentator Howard Wheeldon, of Wheeldon Strategic Advisory, is unsure about the relevance of the strategy. “It's no longer fit for purpose. We have moved on. More shipyards have closed due to lack of work, and we should not kid ourselves that a commercial shipyard that has little or no expertise in building Navy ships can take on the responsibility and risk that the government requires,” Wheeldon said. “If the government has any belief in the strategy, it will ensure that contracts for the fleet [solid] support ships will be placed in U.K. shipyards. If it fails, then we must conclude that it has neither belief in its own strategy or in ensuring that we retain the sovereign capability that a nation such as the U.K. needs,” he added. An international competition to build two or three fleet solid support ships has been underway for months, with the bidders narrowed down to Navantia of Spain, Japan Marine United Corp., and a homemade consortium made up of BAE Systems, Babcock International, Cammell Laird and Rolls-Royce, known as Team UK. The MoD opened the deal to foreign bidders, reasoning that the vessels were not warships and therefore, under European Union regulations, the competition must be open to all. Now, though, the tide seems to be turning in favor of British yards taking a bigger share of the work than just the fitting of locally made sensitive kit. One senior industry executive, who spoke on condition of anonymity, said the “current fleet solid support [ship] procurement plan is not really tenable with the current government team and a shipbuilding strategy which is in danger of becoming unstitched.” “The government will have come under huge pressure on this issue at every political level. You have a new procurement minister, [Marie-Anne Trevelyn], who only a couple of months ago put her name to a parliamentary report supporting building the ships in the U.K.; you have a Brexiter defense secretary in Ben Wallace; and [Prime Minister Boris] Johnson himself,” the industry executive said. “Is that trio likely to award a contract to a Spanish yard?” Whatever the outcome, it's too late for two of the yards. Babcock's Appledore yard in southwest England closed in early 2019 after the completion of an offshore patrol boat for the Irish Naval Service. Additionally, Harland & Wolff recently went into insolvency proceedings with its Belfast, Northern Ireland, yard that famously built the Titanic — although there remains a chance a buyer could be found for the facility. In Glasgow, shipbuilder Ferguson's nationalization by the Scottish government was announced Aug. 16 after the yard went over time and over budget with a commercial ferry contract it won. Harland & Wolff was the lead U.K. yard in a proposal by German-based Atlas Elektronik to build Type 31e frigates for the Royal Navy. The yard's demise could scuttle the German company's bid, although parent company Thyssenkrupp has a history of reviving cold yards. Atlas isn't the only company with Harland & Wolff on its team. Babcock also listed the Northern Ireland yard in its Type 31e proposal at one stage and also named Ferguson as a subcontractor. Britain has shortlisted three contenders for the Type 31e requirement: Atlas, Babcock and BAE Systems. A decision on a winner is expected this year, although there has been speculation it could come during or soon after the DSEI trade show in September. Second-order effects The supply chain has not been immune from difficulties either. GE Power, which provides power-conversion systems for Royal Navy warships, announced it was closing its Rugby site in Central England and relocating the work to France. In response, the MoD ordered motors for a second batch of Type 26s to prevent the move, even though BAE does not yet have a deal to build the warships. The industry executive said the GE Power episode highlighted a weakness in Britain's shipbuilding strategy. “GE proved the point: It [the strategy] didn't really address the criticality of the supply chain. It assumed the criticality was all about shipyards,” he said. “The other fundamental flaw with it was you were never going to keep all the U.K. yards in business if you were going to put the fleet solid support ship deal offshore.” The situation certainly isn't improved by the political turmoil at the MoD and in wider government. Defense and procurement leaders have been coming and going with alarming regularity for years , particularly since the government adopted the shipbuilding strategy in September 2017. Penny Mordaunt, the pro-Navy, pro-buy-British defense secretary, lasted just more than 60 days before she found herself backing the wrong candidate in a Conservative Party leadership contest, which resulted in Johnson becoming prime minister on July 24. Given the current political uncertainties, there is no guarantee how long the new administration will last. With the Brexit debate occupying the government nearly 24/7, defense has barely rated a mention by the Johnson government; that is, other than during the furor caused by the Royal Navy's inability to stop the seizure of a British-registered tanker by Iran on July 19. The uncertainties have come at a time of mixed fortunes for the British maritime sector. Yards may be closing, but set against that is the Type 26 anti-submarine frigate design scoring major export successes in Australia and Canada — successes that could put Britain back on the maritime export map in a big way. Neither of the export customers will have their frigates built in the U.K., but the deals open the door to potentially billions of pounds of orders for the British supply chain. https://www.defensenews.com/global/europe/2019/09/08/britains-shipbuilding-strategy-has-not-gone-according-to-plan-and-industry-is-noticing/

  • Contract Awards by US Department of Defense - September 09, 2019

    10 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 09, 2019

    AIR FORCE Solid State Scientific Corp., Hollis, New Hampshire, has been awarded a $59,000,000 firm-fixed-price and cost-plus-fixed-fee hybrid contract for Air Force Weather Enterprise (AFW) Product-as-a-Service/Infrastructure-as-a-Service. This contract provides the migration to the cloud for the Air Force Weather Branch and is to design and build an Air Force Weather Virtual Private Cloud. It is required to expand to support the cloud migration and operations for all AFW applications. Work will be performed at and is expected to be completed by May 9, 2020, with two one-year options. This sole source award is a result of a Small Business Innovative Research Phase III follow-on. Fiscal 2019 operations and maintenance funds in the amount of $777,351 are being obligated at the time of award. The Aerospace Management Systems Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-C-0041). BlackHorse Solutions Inc.,* Herndon, Virginia, has been awarded a $48,843,831 cost-plus-fixed-fee contract for CDI2E software/hardware prototypes. This contract will advance global vigilance, global reach, and global power in the information environment through the application, research, development, and transition of emerging technologies and next-gen solutions. This includes rapid tool development, development of electronic warfare/cyber network attack software and hardware systems, analytical processing, cyber threat avoidance and cyber threat defense, test and evaluation, and to manage the development to ensure projects move forward at a rapid pace, that technical and process innovations incorporated into successive rounds of development. Work will be performed at Herndon, Virginia, and is expected to be completed by Sept. 9, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $300,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity. (FA8750-19-C-1528). ECSC LLC, Columbus, Mississippi, has been awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for Columbus Air Force Base paving and civil works. This contract provides for repair and construction of asphalt and concrete pavements including sub-base and base course, installation of associated utilities, drainage structures, sidewalks, curb and gutters, rubber removal and painting of runways, taxiways, and aprons, and turf. Work will be performed at Columbus Air Force Base, Mississippi and Auxiliary Field, Shuqualak, Mississippi, and is expected to be complete by Aug. 31, 2026. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $621,000 are being obligated at the time of award. The 14th Contracting Squadron, Columbus Air Force Base, Mississippi, is the contracting activity (FA302219-D-A002). ajc architects, Salt Lake City, Utah (FA8201-19-D-A003); Architectural Nexus, Salt Lake City, Utah (FA8201-19-D-A005); CRSA, Salt Lake City, Utah (FA8201-19-D-A008); Design West Architects, Salt Lake City, Utah (FA8201-19-D-A010); GSBS, Salt Lake City, Utah (FA8201-19-D-A012); HDR, Salt Lake City, Utah (FA8201-19-D-A011); Jacobs Engineering Group Inc., Taylorsville, Utah (FA8201-19-D-A009); Michael Baker International Inc., Midvale, Utah (FA8201-19-D-A007); Stanley Consultants Inc., Murray, Utah (FA8201-19-D-A006); and Stantec Consulting Services Inc., Salt Lake City, Utah (FA8201-19-D-A004) have been awarded a not-to-exceed $36,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for architectural and engineering services to support the 75th Civil Engineering Group mission. Work will be performed at Hill Air Force Base, Utah, or other geographically separated areas under their jurisdiction to include Little Mountain Test Annex, Utah Test and Training Range, and Boulder Seismic Station, and is expected to be completed by Sept. 8, 2024. This award is the result of a competitive, multiple award acquisition and 15 offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity. General Electric Aviation, Cincinnati, Ohio, has been awarded a $19,429,512 firm-fixed price, indefinite-delivery/indefinite-quantity contract for F138 sustaining engineering, program management, and field service representative support. This contract provides the Air Force with the expertise required to support trending, diagnosis, analysis, and warranty administration for the F138 engine. Work will be performed at Dover Air Force Base, Delaware; Lackland Air Force Base, Texas; Robins Air Force Base, Georgia; Tinker Air Force Base, Oklahoma; Travis Air Force Base, California; Scott Air Force Base, Illinois; and Westover Air Force Base, Massachusetts, and is expected to be completed by Sept. 5, 2024. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $1,831,638 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8124-19-D-0005). Lockheed Martin Corp., Orlando, Florida, has been awarded a $14,958,516 task order against contract FA8533-18-D-0002 for the execution of a baseline change request/engineering change proposal which upgrades 99 common organizational level testers and accessory kits to the new baseline removing obsolescence issues. Work will be performed in Orlando, Florida, and is expected to be completed by Sept. 8, 2022. This award is the result of a sole source acquisition. Fiscal 2017 aircraft procurement funds in the amount of $14,958,516 will be obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-19-F-0091). DEFENSE LOGISTICS AGENCY TEK Precision Co. Ltd.,* Deer Park, New York, has been awarded a maximum $17,638,194 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation servo coupling assemblies. This was a competitive acquisition with one offer received. This is a five year contract with no option periods. Location of performance is New York, with a June 24, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0124). York Precision Machining and Hydraulics LLC,* York, Pennsylvania, has been awarded a maximum $13,681,333 indefinite-delivery/indefinite-quantity contract for sliding and fixed cones for the Intercontinental Ballistic Missile system. This was a sole source acquisition using justification 10 U.S. Code 2304(c) (1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with no option periods. Location of performance is Pennsylvania, with a Sept. 5, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA2-19-D-0001). ARMY Alberici Constructors Inc., St. Louis, Missouri, was awarded a $14,610,600 firm-fixed-price contract for Miter Gate installation at Marseilles and Starved Rock Locks on the Illinois River Basin. Bids were solicited via the internet with two received. Work will be performed in Ottawa, Illinois, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 civil construction funds in the amount of $14,610,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-19-C-0035). Winkler-NNAC JV,* Newman Lake, Washington, was awarded an $8,555,103 firm-fixed-price contract to repair drainage failures. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Oct. 7, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,555,103 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Hood, Texas, is the contracting activity (W91151-19-C-0035). NAVY DONJON Marine Co. Inc., Hillside, New Jersey, is being awarded a $12,499,201 modification to previously awarded cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract N00024-18-D-4307 deliver order N00024-19-F4D02 for continuation of emergency floodwater pumping operations in Puerto Rico under Army Corps of Engineers (ACOE) mission assignment. Work will be performed in Puerto Rico and is expected to be complete by June 2020. Non-expiring ACOE funding in the amount of $11,440,916 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded an $11,945,242 firm-fixed-price modification to previously-awarded contract N00024-18-C-4403 for additional growth requirements, including actions taken during Hurricane Florence, identified during the execution of the USS Tortuga (LSD 46) Fiscal 2018 Modernization Period (MODPRD) Chief of Naval Operations availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2019. Upward obligation of expired fiscal 2018 operation and maintenance (Navy) funding in the amount of $11,945,242 was used to fund this action in accordance with fiscal law. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. (Awarded Sept. 5, 2019) The University of California, Berkeley, California, is being awarded a $9,477,951 cooperative research agreement to study learning mechanisms to create computational models and enhance artificial intelligence approaches to learning, such as deep learning and reinforcement learning. All work will be performed at the University of California, Berkeley, California. This four-year agreement has no option periods. The period of performance is from Sept. 9, 2019, through Sept. 8, 2023. Fiscal 2019 research, development, test and evaluation funds (Defense Advanced Research Projects Agency) in the amount of $1,477,559 will be obligated at the time of award. This research agreement was competitively procured via broad agency announcement (HR001119S0005) and publication on the Federal Business Opportunities website. Forty-two offers were received and nine were selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4034). DEFENSE INFORMATION SYSTEMS AGENCY CORRECTION: The Sept. 6, 2019, announcement of a contract award to Trace Systems Inc., Vienna, Virginia (HC1047-19-D-4002), in support of providing the full range of Mission Partner Environment (MPE)-compatible support services and associated equipment to design, implement and operate the MPE enterprise, included the incorrect ceiling value. The award's actual ceiling value is $998,000,000. All other information in the announcement is correct. CORRECTION: The contract announced on Sept. 6, 2019, to The Johns Hopkins University Applied Physics Laboratory, LLC (JHU/APL), Laurel, Maryland (HC1047-19-D-0001), for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, has not yet been awarded. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1955489/source/GovDelivery/

  • AAR secures $118M C-40 aircraft procurement and modification contract with Naval Air Systems Command in support of U.S. Marine Corps

    9 septembre 2019 | International, Aérospatial, Naval

    AAR secures $118M C-40 aircraft procurement and modification contract with Naval Air Systems Command in support of U.S. Marine Corps

    WOOD DALE, Ill., Sept. 6, 2019 /PRNewswire/ -- AAR (NYSE: AIR), a leading provider of aviation services to commercial airlines and governments worldwide, has secured a new $118.6 million contract with the Naval Air Systems Command (NAVAIR) to deliver two 737 aircraft and associated support equipment to the U.S. Marine Corps (USMC). The firm-fixed price contract, estimated to last two years, entails the acquisition, modification, acceptance and delivery of two 737-700 Increased Gross Weight (IGW) series commercial aircraft. The aircraft will meet USMC C-9B replacement medium lift requirements and be designated as C-40A aircraft when delivered. AAR leveraged expertise across its Government Programs, Parts Supply and MRO activities within the Aviation Services segment to deliver this innovative solution to NAVAIR. "We are honored to be selected by NAVAIR to manage the procurement, upgrade modification and delivery of these aircraft," said John Holmes, AAR President and CEO. "This integrated solution delivers an outstanding product focused on cost efficiency that directly aligns with the Secretary of the Navy's recently announced initiative to achieve greater output and faster turnaround times for their dollars spent. AAR is excited to promote this innovative partnership to all areas of government to highlight the benefits of utilizing commercial aftermarket solutions to meet military requirements." The aircraft will be certified in accordance with the 14 Code of Federal Regulations (CFR) Part 25 (airworthiness standards) in three aircraft configurations, all-passenger, all-cargo and a combined-passenger-cargo configuration. "Our engineered approach seamlessly delivers a comprehensive solution from across AAR's businesses that combines best practices from our industry-leading repair, engineering services and supply chain solutions," said Nick Gross, AAR Senior Vice President of Government Solutions. "We are eager to see these aircraft delivered for service in support of the Navy and Marine Corps." AAR will manage the program and provide parts distribution from the company's headquarters in Wood Dale, Illinois, perform engineering out of the Indianapolis MRO facility, and provide maintenance and modification services at the Oklahoma City MRO and Miami Landing Gear Services facilities. For further detail on the contract award, please view the U.S. Navy's public announcement here. About AAR AAR is a global aerospace and defense aftermarket solutions company that employs more than 6,000 people in over 20 countries. Headquartered in the Chicago area, AAR supports commercial and government customers through two operating segments: Aviation Services and Expeditionary Services. AAR's Aviation Services include Parts Supply; OEM Solutions; Integrated Solutions; maintenance, repair, overhaul; and engineering. AAR's Expeditionary Services include Mobility Systems and Composite Manufacturing operations. Additional information can be found at www.aarcorp.com. https://www.prnewswire.com/news-releases/aar-secures-118m-c-40-aircraft-procurement-and-modification-contract-with-naval-air-systems-command-in-support-of-us-marine-corps-300913204.html

  • $382 MILLION U.S. NAVY HARDWARE SOLUTIONS CONTRACT AWARD

    9 septembre 2019 | International, Naval

    $382 MILLION U.S. NAVY HARDWARE SOLUTIONS CONTRACT AWARD

    ARLINGTON, VA, SEPTEMBER 4, 2019 ̶ Leonardo DRS, Inc. announced today that it has won a U.S. Navy contract for the development, integration, and production of hardware solutions for various Navy platforms. The indefinite delivery, indefinite quantity contract has a base award of more than $382 million. With options, the cumulative value of the contract is estimated at more than $830 million. Under the contract, Leonardo DRS will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the U.S. Navy, the government of the United Kingdom under the Foreign Military Sales program, as well as under a memorandum of understanding with the Commonwealth of Australia. “We are proud to continue our long history of providing the U.S. Navy with off-the-shelf and custom hardware systems that deliver the mission-critical modernization needs for our sailors. We have already delivered or are under contract for over 250 shipsets of products, going back to 1998.” said Lee Meyer, vice president and general manager of the Leonardo DRS Naval Electronics business. “This is another example that from stem-to-stern, Leonardo DRS provides a wide range of technologies and solutions to enhance readiness and augment shipboard operations and functionality.” he said. The contract was awarded through the Leonardo DRS Laurel Technologies business. Work will be performed in Leonardo DRS facilities in Johnstown, Pennsylvania; Burnsville, Minnesota; Germantown, Maryland; Largo, Florida; and Chesapeake, Virginia. Work is expected to be completed in December 2026. About Leonardo DRS Leonardo DRS is a prime contractor, leading technology innovator and supplier of integrated products, services and support to military forces, intelligence agencies and defense contractors worldwide. Its Naval Electronics business unit provides leading naval computing infrastructure, network and data distribution and middleware enterprise services, as well as world-class manufacturing and support capabilities. Headquartered in Arlington, Virginia, Leonardo DRS is a wholly owned subsidiary of Leonardo S.p.A. See the full range of capabilities at www.LeonardoDRS.com and on Twitter @LeonardoDRSnews. For additional information please contact: Michael Mount Senior Director, Public Affairs +1 571 447 4624 mmount@drs.com Twitter: @LeonardoDRSnews https://www.leonardodrs.com/news-and-events/press-releases/leonardo-drs-wins-382-million-us-navy-hardware-solutions-contract/

  • Contract Awards by US Department of Defense - September 6, 2019

    9 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 6, 2019

    DEFENSE LOGISTICS AGENCY Science Applications International Corp., doing business as SAIC, Fairfield, New Jersey, has been awarded a maximum $950,000,000 fixed-priced, indefinite-delivery/indefinite-quantity contract for a variety of Federal Supply Group 80 items. This was a competitive acquisition with three offers received. This is a three-year base contract with two, two-year option periods. Locations of performance are Pennsylvania, California, Georgia, Texas, New Jersey and Arizona, with a Sept. 5, 2022, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D-0103). BOH Environmental LLC, Houston, Texas, has been awarded a maximum $70,000,000 fixed-price with economic-price-adjustment contract for specialized shipping and storage containers. 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 two year base contract with three one year option periods. Location of performance is Texas, with a Sept. 5, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-D-0001). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $14,874,824 firm-fixed-price delivery order (SPRPA1-19-F-QH06) against a five year basic ordering agreement (FA8122-19-G-0001) for engine exhaust frames. This was a sole source acquisition using justification 10 USC 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 43 month contract with no option periods. Location of performance is Massachusetts, with an April 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania 19111-5098. Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $11,465,836 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel end assemblies. This was a competitive acquisition with two responses received. This is a three year contract with no option periods. Location of performance is Wisconsin, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0159). NAVY DLT Solutions LLC, Herndon, Virginia (N66001-19-A-0045); EC America Inc., McLean, Virginia (N66001-19-A-0119); Carahsoft Technology Corp., Reston, Virginia (N66001-19-A-0120); RightStar Systems Inc.,Vienna, Virginia (N66001-19-A-0022); Belarc Inc., Maynard, Massachusetts (N66001-19-A-0118); and Immix Technologies, McLean, Virginia (N66001-19-A-0121), are being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contracts. This BPA provides for purchase of this category's software products and services by the DoD, U.S. intelligence community, and Coast Guard. The overall estimated value of this BPA is $820,450,000. The individual agreements are awarded for multi-reseller and multi-publisher providers of commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI in the enterprise software category. The resellers/software publishers are: DLT Solutions (Netscout and Tripwire); EC America (Riverbed, Netscout, Commvault and Microfocus Solutions); Carahsoft Technology (Safenet, Zscaler, Datalocker, Hytrust, Nlyte Microfocus Solutions, Beyond Trust, and Oblong); RightStar (Nlyte); Belarc Inc.; and Immix Technologies (BeyondTrust and Microfocus Solutions). The ordering period will be for a maximum of 10 years from Sept. 6, 2019, through July 11, 2029. The BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $266,203,768 cost-plus-fixed-fee contract special tooling and special test equipment in support of F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas (50.30 percent); San Diego, California (13.18 percent); Orlando, Florida (7.30 percent); El Segundo, California (5.45 percent); Samlesbury, United Kingdom (5.23 percent); Papendrecht, Netherlands (3.90 percent); Cheltenham, United Kingdom, (2.49 percent); Rochester, United Kingdom (2.29 percent); Nashua, New Hampshire (1.95 percent); Phoenix, Arizona (1.66 percent); Williston, Vermont (1.47 percent); Marietta, Georgia (1 percent); Palmdale, California (0.73 percent); East Aurora, New York (0.59 percent); Endicott, New York (0.55 percent); Kongsberg, Norway (0.43 percent); Marion, Virginia (0.34 percent); Hauppauge, New York (0.30 percent); Boulder, Colorado (0.24 percent); Owego, New York (0.23 percent); Sylmar, California (0.22 percent); Mississauga, Canada (0.06 percent); Avon, Massachusetts (0.04 percent); Montmorency, Australia (0.02 percent); Garden Grove, California (0.02 percent); and Ontario, California (0.01 percent). Work is expected to be completed by July 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy); and non-U.S. DoD participant funds in the amount of $266,203,768 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($117,424,737; 44 percent); Navy ($80,246,876; 30 percent); Marine Corps ($36,674,989; 14 percent); and non-U.S. DoD participants ($31,857,166; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0074). Harris Corp., Roanoke, Virginia, is being awarded a maximum $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Squad Binocular Night Vision Goggle systems; spare and repair parts; contractor logistics support; and test article refurbishment. Work will be performed in Roanoke, Virginia, and is expected to be complete by September 2024.Fiscal 2019 procurement (Marine Corps) funds in the amount of $328,203 will be obligated at time of award and funds will expire the end of fiscal 2021.This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1501). Orbis Sibro Inc., Mount Pleasant, South Carolina (N39040-18-D-0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N39040-18-D-0004), Delphinus Engineering, Eddystone, Pennsylvania (N39040-18-D-0005); and Oceaneering Intl., Chesapeake, Virginia (N39040-18-D-0006), are being awarded a combined cumulative $37,884,834 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple-award modification to exercise Option Period One to provide non-nuclear production support for U.S. naval submarine projects/repairs. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter and sound tile setter for upcoming submarine availabilities. Work will be performed in Kittery, Maine, and is expected to be completed by October 2020. No funding will be obligated at time of award. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia (N64498-19-D-4006); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-19-D-4032), are being awarded indefinite-delivery/indefinite-quantity type contracts with cost-plus-fixed-fee and firm-fixed-price line items for engineering and technical services in support of Naval Surface Warfare Center Philadelphia Division (NSWCPD) Hull, Mechanical and Electrical (HM&E) systems Modernization Program. The contract being awarded to QED Systems Inc. (QED) will be awarded for $19,847,942, and the contract being awarded to McKean Defense Group LLC (McKean) will be awarded for $21,458,714. Work under the QED contract will be performed in Virginia Beach, Virginia (20 percent); Philadelphia, Pennsylvania (20 percent); and various Navy port locations worldwide (60 percent). The work under the McKean contract will be performed in Philadelphia, Pennsylvania (40 percent); and various Navy port locations worldwide (60 percent). Work at all locations is expected to be completed by September 2024. Fiscal 2019 Navy working capital funding in the amount of $100,000 ($50,000 per contract) will be obligated at time of award via individual task orders and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(a), these contracts are the result of a full and open competitive procurement via the Federal Business Opportunities portal, in which three offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. American Scaffold, San Diego, California (N55236-16-D-0001); and W.V. Construction Co.,* Jamul, California (N55236-16-D-0002), are each being awarded firm-fixed-price contract modifications to exercise Option Year Four of their respective previously-awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to provide scaffolding services to the Southwest Regional Maintenance Center's Commercial Industrial Services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California. American Scaffold is being awarded $10,869,649, and W.V. Construction Co. is being awarded $18,892,889. Each contractor shall provide management, administrative and production services, materials, tools, equipment and required support to accomplish scaffolding on board U.S. naval ships and other government vessels within a 50-mile radius of San Diego, which may include Oceanside, California. Scaffolding shall include rolling scaffolds, suspended scaffolds and tube-and-clamp-type scaffolds. Work will be performed in San Diego, California, and is expected to be completed by October 2020. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. AS and D Inc., Beltsville, Maryland, is being awarded a $16,118,830 cost-plus-fixed-fee modification to previously awarded indefinite-delivery/indefinite-quantity contract N00173-14-D-2016 for engineering and operational support for the command, control, data collection and mission management operations at Blossom Point Tracking Facility (BPTF). Work will be performed in Welcome, Maryland, and is expected to be complete by Aug. 26, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $194,791; fiscal 2019 operation and maintenance funds (Navy) in the amount of $322,000; and fiscal 2019 research and development funds (Air Force) in the amount of $486,000, will be obligated at time of award. Contract funds in the amount of $516,791 will expire at the end of the current fiscal year. Contract funds in the amount of $486,000 will not expire at the end of the current fiscal year. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $9,500,000 delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) for Oceanit Laboratories Inc.*, Honolulu, Hawaii, included the incorrect contracting activity. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. CORRECTION: The Sept. 5, 2019, announcement of a $107,067,910 contract for Hexagon U.S. Federal Inc., Huntsville, Alabama (N00024-19-D-4114) included an incorrect completion date. The contract's expected completion date is actually September 2024. ARMY BAE Systems Inc., York, Pennsylvania, was awarded a $268,990,416 modification (P00015) to contract W56HZV-18-C-0133 for Bradley production. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2021. Fiscal 2018 procurement of weapons and tracked combat vehicles funds in the amount of $268,990,416 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Heritage-M2C1 Joint Venture,* Delta Junction, Alaska, was awarded a $40,000,000 firm-fixed-price contract to execute sustainment, restoration, and modernization projects. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 12, 2024. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-D-0005). Professional Contract Services Inc., Austin, Texas, was awarded a $26,688,913 modification (P00023) to contract W9124L-17-C-0005 for non-personal services to provide labor and supplies necessary to manage and operate the Fort Sill, Oklahoma, Directorate of Public Works. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 operations and maintenance Army funds in the amount of $26,688,913 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded a $26,022,182 modification (P00014) to Foreign Military Sales (Afghanistan) W56HZV-17-C-0117 for the National Maintenance Strategy Ground Vehicle Support effort. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2019 Afghanistan Security Forces, Army funds in the combined amount of $26,022,182 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Lynxnet LLC,* Suffolk, Virginia, was awarded an $18,207,432 firm-fixed-price contract to operate and maintain the command and control and infrastructure operations for headquarters, U.S. Army Intelligence and Security Command. One bid was solicited with one bid received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Sept. 18, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $8,490,400 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911W4-19-C-0010). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,986,238 modification (P00071) to contract W56HZV-13-C-0319 to provide labor and vendor costs to furnish and install two new horizontal boring mill machines. Work will be performed in Lima, Ohio, with an estimated completion date of March 7, 2022. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $14,986,238 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Northbank Civil and Marine Inc.,* Vancouver, Washington, was awarded a $13,075,000 modification (P00001) to contract W9127N-18-C-0081 for rehabilitation, structural, mechanical, and electrical upgrades to tainter gate. Work will be performed in Detroit, Oregon, with an estimated completion date of May 1, 2022. Fiscal 2019 operations and maintenance, civil funds in the amount of $13,075,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $10,173,475 modification (P00002) to contract W52P1J-18-D-0036 to upgrade and expand the Pacific Japan and Korea land mobile radio system, connect sites to the current joint Japan land mobile radio system and to upgrade the Army backup core infrastructure in Japan. 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 May 24, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY The Johns Hopkins University Applied Physics Laboratory LLC (JHU/APL), Laurel, Maryland, was awarded a non-competitive, single-award, indefinite-delivery/indefinite-quantity contract for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, which designated JHU/APL as a University Affiliated Research Center (UARC). The place of performance will be at JHU/APL, Laurel, Maryland; and at the Defense Information Systems Agency, Fort Meade, Maryland. The contract ceiling value is $245,000,000, funded by multiple appropriation types. The minimum guarantee of $5,793,933 is satisfied through the issuance of the first task order in conjunction with the contract, which is funded by fiscal 2019 research, development, test and evaluation funds. This is a sole source award, and as such, only one proposal was received. The ordering period is Sept. 30, 2019, through Sept. 29, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-0001). Trace Systems Inc., Vienna, Virginia, was awarded a single-award, indefinite-delivery/indefinite-quantity contract in support of providing the full range of Mission Partner Environment (MPE)-compatible support services and associated equipment to design, implement and operate the MPE enterprise. The contract ceiling value is $98,000,000. At the time of award, the minimum guarantee of $500 will be obligated using fiscal 2019 operations and maintenance funding. All other funding will be obligated at the task order level. The places of performance will be at contiguous U.S. and outside continental U.S. designated MPE Services (MPE-S) support sites including Washington, District of Columbia; Fort Meade, Maryland; Air Force facilities in Fairfax, Virginia; U.S. Africa Command, Stuttgart, Germany; U.S. Central Command, Tampa, Florida; Kuwait; Bahrain; Afghanistan; U.S. Southern Command, Miami, Florida; U.S. Northern Command, Colorado Spring, Colorado; U.S. Special Operations Command, Tampa, Florida; Joint Communication Support Element, Tampa, Florida; and U.S. Forces Korea, Youngsan Air Base, Osan Air Base, Kunsan Air Base, and Camp Humphries. Additional places of performance are to be determined based on customer requirements and real world events. The specific place(s) of performance will be specified in individual task orders. A competitive solicitation utilizing full and open competition was the basis for the single-award contract. Proposals were solicited via the Federal Business Opportunities website and four proposals were received. The ordering period is five years from the date of contract award. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-4002). AIR FORCE Alliant Techsystems Operations LLC - ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a $109,929,339 firm-fixed-price contract for Hard Target Void Sensing Fuzes (HTVSF). This contract provides for the full rate production of Lot 2 and Lot 3 HTVSFs, as well as spares, trainers, and support. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by July 31, 2023. This award is the result of a sole source acquisition. Fiscal 2017, 2018, and 2019 ammunition procurement funds in the amount of $109,929,339 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-C-0038). Bowhead Cybersecurity Solutions & Services LLC, Alexandria, Virginia, has been awarded a $19,689,460 firm-fixed-price contract for the Air Force National Tactical Integration Program. This contract provides for real-time, two-way interactive information exchange among the combined/joint force air component commander, other joint and Air Force customers, and the national intelligence community. Work will be performed at Lackland Air Force Base, Texas; Fort Meade, Maryland; Wright Patterson Air Force Base, Ohio; Scott Air Force Base, Illinois; Barksdale Air Force Base, Louisiana; Tyndall Air Force Base, Florida; Davis-Monthan Air Force Base, Arizona; Fort Gordon, Georgia; Shaw Air Force Base, South Carolina; Langley Air Force Base, Virginia; Cape Canaveral Air Force Station, Florida; Hurlburt Field, Florida; Hickam Air Force Base, Hawaii; and Creech Air Force Base, Nevada. The performance period includes four option periods with expected completion by Jan. 30, 2024. This award is the result of a sole source set-aside acquisition. Fiscal 2019 operations and maintenance funding in the amount of $1,446,615 are being obligated at time of the award. The Acquisition Management & Integration Center-Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-19-C-A009). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1954307/source/GovDelivery/

  • New tropical boots coming by the end of 2019

    6 septembre 2019 | International, Naval

    New tropical boots coming by the end of 2019

    By: Shawn Snow The Corps' new tropical boots may be on the feet of some Marines by the end of 2019, according to Marine officials. The Corps awarded two contracts on Aug. 29 for up to 140,000 total pairs of two styles of tropical boots, according to Maj. Ken Kunze, a spokesman for Marine Corps Systems Command. Kunze said one contract was awarded to ADS Inc. for a maximum order of 70,000 pairs of the Rocky brand tropical boot. That contract award was valued at $11.1 million dollars, Kunze said. Another contract was awarded to Provengo LLC for 70,000 pairs of the Danner brand tropical boot, with a contract valued at $13.7 million, according to Kunze. Kunze said the initial order for the new tropical boots is being procured in September and they should start arriving in 60 days to 90 days. The boots have gone through rigorous training during the past several years. In 2017, Marines with 3rd Battalion, 3rd Marines, evaluated three tropical boot prototypes from boot manufacturers Danner, Bates and Rocky while training in a jungle environment. The new boots will not be part of a Marine's general seabag issue. The boots are headed for the for the Consolidated Storage Program, and will be issued to Marines in predeployment training before heading to a hot or tropical climate, Manny Pacheco, a spokesman for Marine Corps Systems Command, previously told Marine Corps Times. https://www.marinecorpstimes.com/news/your-marine-corps/2019/09/05/new-tropical-boots-coming-by-the-end-of-2019

  • Contract Awards by US Department of Defense - September 5, 2019

    6 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 5, 2019

    ARMY Ensign-Bickford Aerospace & Defense Co., Simsbury, Connecticut (W52P1J-19-D-0065); and Chemring Ordnance Inc., Perry, Florida (W52P1J-19-D-0066), will compete for each order of the $320,000,000 firm-fixed-price contract for the Anti-Personnel Obstacle Breaching System. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Honeywell International Inc., Clearwater, Florida, was awarded a $37,851,458 firm-fixed-price contract for procurement of the commercial Tactical Advanced Land Inertial Navigator 5000 Inertial Navigation Unit. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 8, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0082). MW Builders, Pflugerville, Texas, was awarded a $30,477,000 firm-fixed-price contract to construct a completed fully functional Tactical Equipment Maintenance Facility. Bids were solicited via the internet with five received. Work will be performed in Fort Hood, Texas, with an estimated completion date of June 4, 2021. Fiscal 2018 military construction funds in the amount of $30,477,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0119). General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $29,316,074 modification (P00016) to contract W58RGZ-19-C-0027 for performance based logistics support services for the MQ-1C Gray Eagle unmanned aircraft system. Work will be performed in Poway, California, with an estimated completion date of Sept. 4, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $6,469,479 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ace Precision Machining Corp., Oconomowoc, Wisconsin, was awarded a $25,000,000 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for hot section parts for the Advanced Gas Turbine-1500 tank engine. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2024. U.S. Property and Fiscal Officer, Kansas, is the contracting activity (W912JC-19-D-5712). Nakasato Contracting LLC,* Honolulu, Hawaii, was awarded a $14,200,000 firm-fixed-price contract for the construction of an Operational Readiness Training Complex (Barracks) at Pohakuloa Training Area, Hawaii. Bids were solicited via the internet with six received. Work will be performed in Pohakuloa Training Area, Hawaii, with an estimated completion date of Dec. 1, 2021. Fiscal 2018 military construction funds in the amount of $14,200,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0006). GP Strategies Corp., Columbia, Maryland, was awarded a $12,693,583 cost-plus-fixed-fee contract for Life Cycle Logistics Support and Chemical Demilitarization Training Facility operations and maintenance in support of the U.S. Army Chemical Materials Activity, Recovered Chemical Materiel Directorate. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-15-D-0087). General Dynamics Information Technology, Fairfax, Virginia, was awarded a $7,237,568 modification (P00017) to contract W81XWH-17-F-0078 for support services for the U.S. Army Medical Materiel Development Activity. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 30, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,237,568 were obligated at the time of the award. U.S. Army Medical Materiel Development Activity, Fort Detrick, Maryland, is the contracting activity. NAVY Hexagon U.S. Federal Inc., Huntsville, Alabama, is being awarded a $107,067,910 firm-fixed-price, cost-plus-fixed-fee, and cost-only indefinite-delivery/indefinite-quantity (IDIQ) contract for surface ship Situational Awareness, Boundary Enforcement and Response (SABER) qualification testing and non-recurring engineering, computing hardware production, land-based site equipment, spare parts and engineering services. This IDIQ will support multiple program executive offices and ship programs. Work under this IDIQ contract will be performed in Huntsville, Alabama, and is expected to be completed by September 2023. No funding will be obligated with this IDIQ award; funds will be obligated with each order. This contract was competitively procured via the Federal Business Opportunities website using full-and-open competition procedures, with two offers received. This competition was conducted under the authority 10 U.S. Code 2304, which states that contracting officers shall promote and provide for full and open competition. Support under this IDIQ is for SABER systems to be installed on various surface ships. This procurement includes shipsets and test site sets, technical data, associated engineering services and spares. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4114). DynCorp International LLC, Fort Worth, Texas, is being awarded an $88,730,512 modification (P00052) to a previously awarded, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-15-D-0003). This modification provides organizational, intermediate, and depot-level maintenance and logistics support for 16 T-34, 54 T-44, and 287 T-6 aircraft. Work will be performed at the Naval Air Station (NAS) Corpus Christi, Texas (47%); Whiting Field, Florida (42%); NAS Pensacola, Florida (9%); and various locations through the continental U.S. (2%), and is expected to be completed in March 2020. No funds will be obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Electric Aviation Systems, Vandalia, Ohio, is being awarded a $56,594,358 modification (P00006) to a previously awarded firm-fixed-price contract (N00019-18-C-0004). This modification procures 320 Generator Conversion Unit (GCU) G3 to G4 conversion retrofit kits; 547 GCU G4 units; wiring harnesses; and associated technical, financial and administrative data in support of F/A-18E/F and E/A-18G aircraft. Work will be performed Vandalia, Ohio, and is expected to be completed in January 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $56,594,358 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. PAE Applied Technologies LLC, Arlington, Virginia, is being awarded a $52,268,318 modification to previously awarded contract N66604-05-C-1277 to reinstate 6 month periods of performance and increase target cost for Atlantic Undersea Test and Evaluation Center. Atlantic Undersea Test and Evaluation Center (AUTEC) is the Navy's large-area, deep-water, undersea test and evaluation range. Underwater research, testing, and evaluation of anti-submarine weapons, sonar tracking and communications are the predominant activities conducted at AUTEC. The contractor performs services required to perform AUTEC range operations and maintenance of facilities and range systems. In addition, the contractor is responsible for operating a self-sufficient one square mile Navy outpost. This modification increases the value of the basic contract by $52,268,318. The new total value is $853,017,162. Work will be performed in Andros Island, Commonwealth of the Bahamas (80%); and West Palm Beach, Florida (20%), and is expected to be complete by March 2020. No funding will be obligated at time of this modification award. The Naval Undersea Warfare Center, Newport Division, Newport, Rhode Island, is the contracting activity. Pacific Shipyards International, Honolulu, Hawaii, is being awarded a $32,110,694 firm-fixed-price contract for the execution of USS Michael Murphy (DDG 112) fiscal 2020 selected restricted availability. This is a Chief of Naval Operations scheduled selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Michael Murphy. The purpose is to maintain, modernize, and repair the USS Michael Murphy. This is a “short-term,” non-docking availability restricted to the vessel's homeport. Pacific Shipyards International will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair, and modernization for USS Michael Murphy. Work will be performed in Pearl Harbor, Hawaii, and is expected to be complete by April 2020. This contract includes options which, if exercised, would bring the cumulative value to $36,916,612, and be complete by April 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,110,694 will be obligated at time of award and expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website with one offer received in response to solicitation number N00024-19-R-4404. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4404). Utah State University Research Foundation - Space Dynamics Laboratory, North Logan, Utah, is being awarded a $24,999,998 cost-plus-fixed-fee contract for electro-optical research and development. The contract provides research and development efforts in the areas of exploitation software and advanced sensor and processing technologies including digital cameras, processing, compression, command and control, analog systems, power, communications, telemetry, radio frequency/optical sensor payloads and electromechanical systems/support. The maximum total value for this 24 month contract, with no options, is $24,999,998. Work will be performed in North Logan, Utah, and is expected to be complete by Sept. 5, 2021. Fiscal 2019 working capital funds (Navy) in the amount of $5,793,000 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(3)(B), as stated in Federal Acquisition Regulation 6.302-3, this contract was not competitively procured. Only one responsible source and no other supplies or services will satisfy agency requirements. The U.S. Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-19-C-2013). PrimeTech International Inc.,* North Kansas City, Missouri, is being awarded a $12,457,597 firm-fixed-price, time-and-materials six-month bridge contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twenty-nine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed March 2020. Fiscal 2019 operation and maintenance funds (Marine Corps) in the amount of $12,457,597 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (1) - only one responsible source and no other supplies or services will satisfy agency requirements. Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-19-P-2010). Oceanit Laboratories Inc.,* Honolulu, Hawaii, is being awarded a $9,500,000 cost-plus-fixed-fee delivery order (N68335-19-F-0393) against a previously awarded basic ordering agreement (N68335-16-G-0028) in support of the deputy assistant secretary of defense for emerging capability and prototype technology. This order is for a Small Business Innovation Research Phase III effort for the continued development of a Prototype Test Unit (PTU) sensor for integration, test and demonstration with a non-kinetic system. The PTU sensor will incorporate the necessary hardware and software subsystems to demonstrate the viability of a novel defensive capability in an at-sea-demonstration aboard a Navy ship. Work will be performed in Honolulu, Hawaii, and is expected to be completed in September 2021. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $9,500,000 will be obligated at time of award, $7,500,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY UPDATE: Maryland Industrial Trucks, Linthicum Heights, Maryland (SPE8EC-19-D-0043), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. DEFENSE INFORMATION SYSTEMS AGENCY Booz Allen Hamilton, McLean, Virginia, was awarded a firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity (ID/IQ) contract, HC1047-19-D-5001, in support of the Defense Information Systems Agency's (DISA) Defense Collaboration Services (DCS) program. The primary place of performance will be at DISA, Fort Meade, Maryland. The ID/IQ ceiling value is $49,500,000, with the minimum guarantee of $5,000 funded by fiscal 2019 operations and maintenance funds. Proposals were solicited via FedBizOpps (FBO.gov), and one proposal was received. The ordering period is Sept. 8, 2019, through Sept. 7, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-5001). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1953308/source/GovDelivery/

  • The US Army faces struggles working with small businesses

    6 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    The US Army faces struggles working with small businesses

    By: David B. Larter WASHINGTON — The U.S. Army faces problems on multiple fronts when it comes to sending business to small companies, the head of Army Futures Command said Wednesday. Gen. John Murray said small businesses struggle under a procurement system that can take years, and then struggle to scale their businesses to meet the Army's needs. “There is a lack of trust [on the part of small businesses] that the government can sustain [a] small-business model,” Murray told the audience at the third annual Defense News Conference. “The way we do budgeting, [program objectives memorandum] POM cycles and all that — a small business can't survive. We're going to have to prove to small businesses that we can adjust our POM cycles to meet their needs. “And from the small business perspective, there are only a few ways that they can scale to the size we are talking about in terms of production. One of those ways is partnering with a traditional [defense contractor], so that's going to be a challenge going forward.” Murray's comments come as the Army tries to engage with a range of partners — from universities and small businesses to the traditional prime contractors such as Raytheon and General Dynamics — to find ways to integrate new technologies into the force. The outreach to small businesses at Army Futures Command is about finding new ways to get after the challenges the service faces, Murray said, but that in and of itself comes with challenges. “This outreach to small business is not because there is anything wrong with traditional defense primes, it's really an outreach to find new ways to solve our problems,” he said. “I've been in the Army 37 years, and I think about solving our problems a certain way. I guarantee a lot of these small businesses think about how to solve problems a different way. “Part of the challenge I have with small business is comfortably describing our problem to them. I can't talk in acronyms, I can't talk with 37 years of experience, I need to talk very clearly and very plainly.” Murray said his teams have staged events aimed at the private sector, such as a recent one where startups gathered to figure out how to move artillery shells 250 meters using autonomous unmanned systems. Such events have been instructive, he noted. Ultimately, however, the Army will choose the business that best meets the service's requirements, he said. “What it really comes down to is what are our problems and where is the best place — whether that's small business or a university or a traditional prime — where is the best place to solve that problem,” Murray said. https://www.defensenews.com/smr/defense-news-conference/2019/09/04/the-us-army-faces-struggles-working-with-small-businesses/

  • Contract Awards by US Department of Defense - September 4, 2019

    5 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 4, 2019

    NAVY General Electric Aviation, Lynn, Massachusetts, was awarded $143,680,709 for modification P00005 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-18-C-1007). This modification is for 24 low rate initial production Lot 3 T408-GE-400 turboshaft engines and three Lot 2 T408-GE-400 engines for the CH-53K helicopter. In addition, this modification provides for associated engine and programmatic support, logistics support, peculiar support equipment and spares. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2022. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $143,680,709 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. (Awarded Aug. 29, 2019) University of North Carolina at Chapel Hill, Chapel Hill, North Carolina (N00189-19-D-Z033); and University of Virginia Darden School Foundation Inc., Charlottesville, Virginia (N00189-19-D-Z034), are being awarded multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts worth $24,535,554 that will include terms and conditions for the placement of firm-fixed-price task orders to provide academic programs to educate the Department of the Navy acquisition personnel in support of the assistant secretary of the Navy for research, development and acquisition. The contracts will run concurrently and will include a 60-month base ordering period and an option for a six-month ordering period; if exercised, the total value of this contract will be $27,496,527. The base ordering period of the contract is expected to be completed by September 2024; if the option is exercised, the ordering period will be completed by March 2025. All work will be performed at various contractor locations throughout the U.S., and the percentage of work at each of the contractor facilities cannot be determined at this time. Fiscal 2019 acquisition workforce development funds (Department of Defense) in the amount of $2,000 will be obligated ($1,000 on each of the two contracts to fund the contracts' minimum amounts), and funds will not 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 solicited through the Federal Business Opportunities website, with two offers received. Naval Supply Systems Command Fleet, Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity. ARMY Science Applications International Corp., Reston, Virginia, was awarded a $97,530,579 modification (P00064) to contract W912DY-16-F-0093 for management and technical support necessary to advance high performance computing services, capabilities, infrastructure and technologies. Work will be performed in Wright Patterson Air Force Base, Ohio; Aberdeen Proving Ground, Maryland; Stennis Space Center, Mississippi; Vicksburg, Mississippi; and Lorton, Virginia, with an estimated completion date of Oct. 18, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,012,268 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $9,571,200 firm-fixed-price contract for maintenance dredging of Houston ship channel. Bids were solicited via the internet with one received. Work will be performed in Brady Island, Texas, with an estimated completion date of March 5, 2020. Fiscal 2017, 2018 and 2019 operations and maintenance, civil funds in the amount of $9,571,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0015). Lockheed Martin Corp., Orlando, Florida, was awarded an $8,126,438 modification (P00015) to contract W31P4Q-18-C-0070 for the acquisition of Joint-Air-To-Ground missile engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of March 2, 2021. Fiscal 2019 procurement, Air Force; and operations and maintenance, Army funds in the amount of $8,126,438 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY The Boeing Co.,* St. Louis, Missouri, has been awarded a maximum $25,000,000 firm-fixed-price contract for engineering and supply chain analysis sustainment support and for various spare parts. 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 one-year base contract with four one-year option periods. Location of performance is Missouri, with a Sept. 6, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 warstopper funds and defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-18-D-9450). CORRECTION: The modification announced on Sept. 3, 2019, for General Dynamics Land Systems Inc., Sterling Heights, Michigan (SPE7MX-16-D-0100), for $38,040,445 was announced with an incorrect award date. The correct award date is Sept. 4, 2019. AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $8,422,148 cost-plus-fixed-fee modification (P00032) to previously awarded contract FA8675-16-C-0067 for field team support services for Advanced Medium-Range Air-to-Air Missile (AMRAAM) development test mission support including, test planning, test operations, test reporting and telemetry analysis. This contract modification provides for exercise of the third option for an additional 12 months of services to support ground tests, captive flight tests and live fire tests conducted for developmental purposes up to and including operational test readiness reviews. The effort also encompasses management and maintenance of AMRAAM separation test vehicles and other assets used for the test programs. Total cumulative face value of the contract is $46,807,656. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 5, 2020. This award is the result of a sole source acquisition and only one source was solicited and received. Fiscal 2019 research, development, test and evaluation funds in the amount of $2,000,000; and Foreign Military Sales funds in the amount of $99,600 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. The Boeing Co., Defense, Space & Security – Network, Newark, Ohio, has been awarded a $7,494,440 firm-fixed-price delivery order, FA8119-19-F-0094, to basic contract FA8119-14-D-0003 for Air Launched Cruise Missile warhead arming devices remanufacture. This delivery order provides for the remanufacture of 110 Air Launched Cruise Missile warhead arming devices for the fifth option period. Work will be performed at Newark, Ohio, and is expected to be completed by May 9, 2020. This award is the result of a sole source acquisition. Fiscal 2019 missiles procurement funds in the amount of $7,494,440.00 are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1952112/source/GovDelivery/

Partagé par les membres

  • Partager une nouvelle avec la communauté

    C'est très simple, il suffit de copier/coller le lien dans le champ ci-dessous.

Abonnez-vous à l'infolettre

pour ne manquer aucune nouvelle de l'industrie

Vous pourrez personnaliser vos abonnements dans le courriel de confirmation.