Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3558 nouvelles

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

  • Marine Corps to Increase JLTV Buy to 15,000 to Replace its Humvee Fleet

    16 août 2019 | International, Naval

    Marine Corps to Increase JLTV Buy to 15,000 to Replace its Humvee Fleet

    The Marine Corps is nearly doubling the number of Joint Light Tactical Vehiclesit plans to buy to replace its fleet of aging Humvees, officials said this week. The planned increase -- up to about 15,000 from the 9,000 the service initially planned to buy -- comes as the Marine Corps recently declared the JLTV has reached initial operating capability and is ready to deploy with Marines into combat. The JLTV is the result of a joint effort by the Army and the Marine Corps to field a more capable tactical vehicle after seeing how the Cold War-era Humvee could not protect troops from the powerful, homemade bombs enemy forces used on the battlefields of Iraq and Afghanistan. The Corps had originally planned on buying just 5,500 JLTVs but later increased that number to 9,000. Even with that increase, the Marines maintained earlier this year that the JLTV would replace only about 60 percent of the service's Humvees over the next decade. https://www.military.com/daily-news/2019/08/15/marine-corps-increase-jltv-buy-15000-replace-its-humvee-fleet.html

  • Navy requests proposals for Large Unmanned Surface Vehicle

    16 août 2019 | International, Naval

    Navy requests proposals for Large Unmanned Surface Vehicle

    Aug. 15 (UPI) -- The U.S. Navy continues to build up its unmanned vehicle programs, issuing a request for proposals for the corvette-sized Large Unmanned Surface Vehicle. The Naval Sea Systems Command on Wednesday issued the RFP, with plans to award multiple conceptual designs for the LUSV, one of three new types of unmanned vehicle the branch is looking to develop. The RFP, first reported by USNI News, starts a move from the two-hull Ghost Fleet into an actual ship-building program. Interest in the program is strong, as an industry day earlier this year attracted about 80 companies that are considering jumping into the program. NSSC said in the request that the LUSV will be a high-endurance, reconfigurable ship to augment the Navy's surface force, and take on a variety of warfare operations either on its own or with manned surface combatants -- and it is expected to be semi- and fully-autonomous, depending on its mission. The Navy is pushing to develop three separate unmanned vehicles -- the LUSV, a medium unmanned surface vehicle, and the extra-large unmanned undersea vehicle -- and requested $628.8 million from Congress in its 2020 budget for the programs. An RFP for the medium vehicle was issued in July, and Boeing is already at work on the XLUUV program. https://www.upi.com/Defense-News/2019/08/15/Navy-requests-proposals-for-Large-Unmanned-Surface-Vehicle/5881565890289/

  • Government of Canada awards third contract to help maintain Canada's fleet of combat vessels

    15 août 2019 | Local, Naval

    Government of Canada awards third contract to help maintain Canada's fleet of combat vessels

    GATINEAU, QC, Aug. 15, 2019 /CNW/ - Through the National Shipbuilding Strategy, the Government of Canada is revitalizing a world-class marine industry in order to provide the women and men of the Royal Canadian Navy with the safe and effective warships they require to protect Canadian sovereignty. The government is investing more than $7.5 billion in the Royal Canadian Navy's 12 Halifax-class frigates to provide necessary ongoing maintenance until they are retired in the early 2040s. Today, the Government of Canada awarded a $500-million contract to Irving Shipbuilding Inc., of Halifax, Nova Scotia, to carry out maintenance work on the Halifax-class frigates. This initial five-year contract guarantees a minimum of three frigates for the shipyard, with work planned to begin in the early 2020s. The contract is expected to rise in value as additional work packages are added. This contract is expected to result in up to 400 jobs at the shipyard, plus hundreds of related jobs for marine sector suppliers and subcontractors across the country. On July 16, 2016, the Government of Canada awarded similar contracts to Seaspan's Victoria Shipyards Limited in Victoria, British Columbia, and Chantier Davie in Lévis, Quebec. The Canadian Surface Combatants will replace the Halifax-class frigates and the retired Iroquois-class destroyers. With them, the Royal Canadian Navy will have modern and capable ships to monitor and defend Canada's waters, to continue to contribute to international naval operations for decades to come and to rapidly deploy credible naval forces worldwide, on short notice. Construction on the Canadian Surface Combatants is scheduled to begin at Irving in the early 2020s. Quotes "The National Shipbuilding Strategy continues to support the women and men of the Royal Canadian Navy by providing them with safe, reliable ships to carry out their important work on behalf of Canada. This contract is another example of how the Strategy is helping to maintain our existing fleet, while supporting economic opportunities for the Canadian marine sector across the country." The Honourable Carla Qualtrough Minister of Public Services and Procurement and Accessibility "This announcement is essential for supporting the modernization of the Royal Canadian Navy. With our government's continued investment, our navy will continue to contribute to maritime security and stability around the world. This is a testament to how our defence policy, Strong, Secure, Engaged, continues Canada's re‑engagement in the world. I am proud of our sailors and the great work they do." The Honourable Harjit S. Sajjan Minister of National Defence Quick facts Docking maintenance work periods are essential to ensure the Halifax-class frigates are available and reliable during their operational cycle and deployments. Of the current fleet of Halifax-class frigates, 7 have their home port in Halifax, Nova Scotia, while the 5 others are based in Esquimalt, British Columbia. The Royal Canadian Navy requires that at least 8 of the 12 frigates are able to deploy at all times to meet the Navy's commitment to the Government of Canada. The Industrial and Technological Benefits Policy, including the Value Proposition, was applied to this procurement. These frigates monitor and control Canadian waters, defend Canada's sovereignty, facilitate large-scale search and rescue activities, and provide emergency assistance when needed. The frigates operate with and integrate into the United Nations, the North Atlantic Treaty Organization and coalitions of allied states in support of international peace and security operations. Introduced into service in the 1990s, the Canadian-built Halifax-class frigates were recently modernized to remain effective and operationally relevant until the Canadian Surface Combatants enter into service https://www.newswire.ca/news-releases/government-of-canada-awards-third-contract-to-help-maintain-canada-s-fleet-of-combat-vessels-818012638.html

  • Contract Awards by US Department of Defense - August 14, 2019

    15 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 14, 2019

    NAVY Advanced Technology International, Summerville, South Carolina, is awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for the Navy Manufacturing Technology (ManTech) Center for Innovative Naval Shipbuilding and Advanced Manufacturing. Work will be performed in Summerville, South Carolina, and is expected to be completed August 2024. Two task orders will be awarded upon award of the contract obligating fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $450,000. No funds will expire at end of current fiscal year. This contract was competitively procured under N00014-18-R-0006, with two proposals received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-D-7001). Heffler Contracting Group,* El Cajon, California, is awarded a maximum amount $49,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Marine Corps Base, Camp Pendleton. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g., shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Oceanside, California. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2632). Sabre Systems Inc., Warrington, Pennsylvania, is awarded $42,999,468 for cost-plus-fixed-fee delivery order N68335-19-F-0533 against a previously issued basic ordering agreement (N68335-16-G-0022). This delivery order provides for the research and development of cyber resilient and full spectrum cyber warfare capabilities in support of the Integrated Battlespace Simulation and Test Department, Research, Development, Test and Evaluation Infrastructure Division. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $50,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded $31,133,702 for modification P00013 to a previously awarded firm-fixed-price contract (N61340-17-C-0014). This modification provides for one E-2D Hawkeye Integrated Training System III Weapons Systems Trainer and one Aircrew Procedures Trainer, including technical data. Work will be performed in Norfolk, Virginia, and is expected to be completed in April 2024. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $31,133,702 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for electrical systems construction alterations, renovations and repair projects at Naval Base Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g., shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical systems projects. Work will be performed in Port Hueneme, California (50%); and Point Mugu, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2628). G-W Management Services LLC,* Rockville, Maryland, is awarded $12,742,282 for firm-fixed-price task order N40080-19-F-4870 under a previously awarded multiple award construction contract (N40080-19-D-0015) for construction of an Ammunition Supply Point Upgrade, located at the Marine Corps Base Quantico. The work to be performed provides for the construction of six new, standard design, high explosive concrete magazines, and the associated site work. The site work associated with this project includes an extension of an asphalt roadway to magazines and related site utility improvements to serve the new magazines. Additional site improvements include the demolition of three existing high explosive concrete magazines and incidental related work. Work will be performed in Quantico, Virginia, and is expected to be completed by March 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,742,282 are obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity. ARMY KBRwyle Technical Solutions LLC, Columbia, Maryland, was awarded a $45,452,730 modification (0002 55) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3. Work will be performed in Goose Creek, South Carolina, with an estimated completion date of Aug. 14, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $24,706,865 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $24,000,000 firm-fixed-price contract for the rental of 20-24 inch Cutterhead Pipeline Dredge and Attendant Plant for dredging in Alabama, Mississippi and Florida. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 14, 2020. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0039). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,100,544 modification (P00017) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 Test and Evaluation Plan, Spiral 3 System Hardware Qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin Missile System. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 missile procurement, Army funds in the amount of $11,100,544 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,382,656 modification (P00005) exercising the first one-year option period to a one-year contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Kansas, with an Aug. 15, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a maximum $12,973,184 firm-fixed-price contract for the Warfighter Information Network-Tactical Increment 2 system. This was a sole-source acquisition using justification 41 U.S. Code 1903, as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract with no option periods. Location of performance is Arizona, with a Feb. 9, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-P-0047). Alliance Technical Services Inc.,* Norfolk, Virginia, has been awarded a maximum $9,760,579 modification (P00005) exercising the first one-year option period of a one-year base contract (SP3300-18-C-5001) with four one-year option periods for third party logistics hazmat support services. This is a firm-fixed-price, cost-reimbursement contract. This was a competitive acquisition with three offers received. Locations of performance are Virginia and Texas, with an Aug. 26, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $7,114,128 firm-fixed-price contract for aircraft engine combustion chamber ducts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, ten-month contract with no option periods. Location of performance is Connecticut, with an Oct. 31, 2022, 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, Oklahoma City, Oklahoma (SPRTA1-19-F-0406). AIR FORCE Alloy Surfaces Co. Inc., Chester Township, Pennsylvania, has been awarded a $25,000,000, indefinite-delivery/indefinite-quantity contract for MJU-52 A/B aircraft decoy flares. This contract provides a highly specialized decoy with the capability to protect military aircraft from Man Portable Air Defense Systems and air-to-air missiles. Work will be performed at Chester Township, Pennsylvania, and is expected to be completed by August 2025. This award is the result of a sole-source acquisition. Fiscal 2018 ammunition procurement funds in the amount of $5,280,860 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-D-0011). Verdis-Takisaki JV, Coeur d-Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d-Alene, Idaho (FA4620-19-D-A010); Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012); and Sealaska Construction Solutions LLC, Seattle, Washington (FA4620-19-D-A013), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity, multiple award, task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition in which eight offers were received. Fiscal 2019 operations and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity. Lockheed Martin Co., doing business as Lockheed Martin Space, Sunnyvale, California, has been awarded a $15,555,158 cost-plus-fixed-fee modification (P00150) to previously awarded contract FA8810-13-C-0002 for Space-Based Infrared System contractor logistics support for fiscal 2019 projects. This contract will provide an in-scope bilateral supplemental agreement executed in accordance with the terms of special clause requirement H00005. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2019 3400 funds are being obligated at the time of award. Total cumulative face value of the contract is $1,500,933,962. The Air Force Space and Missile Systems Center, Peterson AFB, Colorado Springs, Colorado, is the contracting activity. (Awarded Aug. 13, 2019) Phase Sensitive Innovations, Newark, Delaware, has been awarded a $10,553,397 cost-plus-fixed-fee contract for research and development. This contract will design, develop and demonstrate RF-photonic systems, sub-systems, components and devices for the Coherent Homodyne Integrated RF-Photonic System. Work will be performed at Newark, Delaware, and is to be completed by Nov. 15, 2023. This award is the result of a Small Business Innovation Research III request for proposal acquisition with one offer received. Fiscal 2018 research and development funds in the amount of $10,553,397 are being obligated at time of award for the effort. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1027). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon BBN Technologies Corp., Cambridge, Massachusetts, was awarded a $13,130,426 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Cambridge, Massachusetts; and Columbia, Maryland, with an expected completion date of August 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,653,000 are being obligated at time of award. This contract was a competitive acquisition under an open broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001119C0102). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1934626/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 13, 2019

    14 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 13, 2019

    AIR FORCE DTH Corp., Newport News, Virginia (FA4830-19-D-A002); S&W Sales and Service LLC, Fort Valley, Georgia (FA4830-19-D-A003); Artesian Contracting Company Inc., Albany, Georgia (FA4830-19-D-A004); Pyramid Contracting LLC, Irmo, South Carolina (FA4830-19-D-A005); A.C. Blount Concrete Service Inc., Moultrie, Georgia (FA4830-19-D-A006); Veterans South Contracting LLC, Tuskegee, Alabama (FA4830-19-D-A007); Nisou LGC JV LLC, Detroit, Michigan (FA4830-19-D-A008); Precision 2000 Inc., Atlanta, Georgia (FA4830-19-D-A009); and Standard Contractors, Valdosta, Georgia (FA4830-19-D-A010), have been awarded a not-to-exceed $225,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for multi-discipline construction task orders. Work will be performed at Moody Air Force Base, Georgia; and Avon Park Range, Sebring, Florida, and is expected to be completed by Aug. 12, 2024. This award is the result of a competitive acquisition and 40 offers were received. Operations and maintenance funds will be applied to individual task orders as needed. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for Joint Air-to-Surface Standoff Missile (JASSM) foreign military sales production support. This contract will provide for lifecycle support for all efforts related to JASSM and any JASSM variants in the areas of system upgrades, integration, production, sustainment, management and logistical support. Work will be performed at Orlando, Florida, and is expected to be completed by August 2024. This contract involves foreign military sales to Finland, Poland and Australia. This award is the result of sole-source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-19-D-0003). G2i LLC, Albuquerque, New Mexico (FA9401-19-D-A009); ORCOM, a division of Ortega Companies Inc., Los Lunas, New Mexico (FA9401-19-D-A015); Jack Wayte Construction, Alamogordo, New Mexico (FA9401-19-D-A013); LC Structural, Las Cruces, New Mexico (FA9401-19-D-A012); QA Engineering, Albuquerque, New Mexico (FA9401-19-D-A010); Weil Construction, Albuquerque, New Mexico (FA9401-19-D-A011); and Sky Blue Builders, Albuquerque, New Mexico (FA9401-19-D-A014), have been awarded a $95,000,000 multiple award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract. This contract will design portions for a broad range of maintenance, repair, design, minor and/or new construction. The work includes facility upgrades, utility work, airfield pavements, roads, roofs and other assorted repair and maintenance projects. The tasks include trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete, masonry, welding and paving. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Aug. 12, 2024. This award is the result of a competitive acquisition and 16 offers received. Fiscal 2019 operations and maintenance funds in the amount of $1,695,204 are being obligated at the time of award. The Air Force Installation Contracting Center, Kirtland Air Force Base, New Mexico, is the contracting activity. Leidos Inc., Reston, Virginia, has been awarded a $46,533,950 cost-plus-fixed-fee and cost reimbursable, indefinite-delivery/indefinite-quantity contract to support the U.S. National Data Center (U.S. NDC) Operations Support and Studies (OSS) mission. This contract provides support to the U.S. NDC in the areas of maintenance, sustainment, configuration management, database and system administration, development, testing and integration of geophysical data processing software, hardware, and geophysical data from both traditional and non-traditional sources into the U.S. NDC system that includes the operational subsystem, alternate subsystem, training subsystem, sustainment/development subsystem, and special purpose/special access subsystems. The U.S. NDC OSS II effort will include conducting studies focused on improving and developing the U.S. NDC tools and methodologies for data collection, data analysis, event detection, event association, event location, event magnitude/yield estimation, event classification, seismic signatures repository, and advanced geophysical data processing needed to meet treaty-monitoring and national needs. Work will be performed at Patrick Air Force Base, Florida, and is expected to be completed by Oct. 31, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 operations and maintenance funds will be used and no funds are being obligated at the time of award. The Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-19-D-A002). Spartan Air Academy Iraq LLC, Irving, Texas, has been awarded a $31,477,060 task order, against indefinite-delivery/indefinite-quantity contract FA3002-18-D-0009 for continued Air Academy training in support of the Iraqi Air Force. Work will be performed at Balad Air Base, Iraq, and is expected to be completed by July 8, 2020. This contract involves foreign military sales for the country of Iraq. This award is the result of a country-directed sole-source acquisition. Foreign Military Sales funds in the amount of $31,477,060 and are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity. DEFENSE INTELLIGENCE AGENCY G2 Global Solutions LLC,* Gainesville, Virginia, has been awarded a base year plus four option year time and materials contract (HHM402-19-F-0139) with a ceiling of $84,683,469 to provide analytical services for the Defense Intelligence Agency's (DIA) Directorate of Operations. Through this award, DIA will procure services of senior and mid-level analysts to who will provide strategic-level analytical support through focused all-source analysis to advance national and Department of Defense (DoD) strategic goals and objectives for protecting DoD personnel, operations and missions. Work will be performed in the National Capital Region with an expected completion date of Feb. 6, 2025. Fiscal 2018 operations and maintenance funds in the amount of $7,780,767 are being obligated at time of award. This contract has been awarded through a 100% 8(a) set-aside competition and four offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. DEFENSE LOGISTICS AGENCY World Fuel Services Inc., has been awarded a minimum $20,284,125 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 43-month contract with a six-month option period. Location of performance is Arizona, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0119). ARMY Maersk Line Ltd., Norfolk, Virginia, was awarded a $7,124,218 modification (0001 77) to contract W52P1J-14-G-0023 for logistics watercraft and logistics support services in support of Army Prepositions Stock-4. Work will be performed in Yokohama, Japan, with an estimated completion date of March 16, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. *8(a) Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1933591/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 12, 2019

    13 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 12, 2019

    ARMY Birdon America Inc.,* Denver, Colorado, was awarded a $196,941,052 firm-fixed-price contract for acquisition of M30 bridge erection boats, crew protection kits, stock lists, tools, test equipment, service representative and support, training and storage. 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 Aug. 12, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0093). NAVY Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $107,353,729 for firm-fixed-price advance acquisition contract modification P00029 to a previously awarded fixed-price-incentive-firm, cost-plus-fixed-fee contract (N00019-16-C-0048). This modification procures long lead items for six CH-53K low-rate initial production lot 4 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in August 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $107,353,729 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. Austal USA LLC, Mobile, Alabama, is awarded $23,099,311 for cost-plus fixed-fee task order N6931619F4002 against previously awarded basic ordering agreement N00024-15-G-2304 to accomplish advance planning, material procurement and accomplishment of work in support of the post shakedown availability (PSA) of littoral combat ship USS Tulsa (LCS 16). This effort encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. 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. Work will be performed in Seattle, Washington, and is expected to be complete by April 2020. Fiscal 2019 and 2013 shipbuilding and conversion (Navy); and 2019 other procurement (Navy) funding in the amount of $12,199,311 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is being awarded a $12,111,121 firm-fixed-price task order (N6247319F5055) under a multiple award construction contract for the construction of a Littoral Combat Ship Mission Module Readiness Center at Naval Base San Diego. The work provides for the construction of a facility in a portion of the existing northwest wing of Building 3304. The renovated building will support a variety of functions including administration, conference, fabrication, maintenance, storage, locker rooms, secret and non-classified internet protocol router network telecommunications and a wash rack for the facility. The project includes all pertinent site improvements and site preparations, mechanical and electrical utilities, excavation and grading, foundations, roofing, telecommunications, plumbing, fire protection systems, heating, ventilation and air conditioning. The task order also contains two unexercised options and two planned modifications, which if exercised would increase the cumulative task order value to $13,102,121. Work will be performed in San Diego, California, and is expected to be completed by March 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $12,111,121 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5855). DEFENSE LOGISTICS AGENCY BMK Ventures, Inc.,** Virginia Beach, Virginia, has been awarded a maximum $10,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 88 responses received; 20 contracts have been awarded to date. Using military services are Army, Navy, Air Force and Marine Corps. Location of performance is Virginia, with an Aug. 11, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0013). Epic Aviation LLC, doing business as Epic Card,** Salem, Oregon, has been awarded a maximum $7,955,949 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 43-month contract with a six-month option period. Location of performance is Alabama, with a March 31, 2023 performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0118). *Small business **Service-disabled, veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1932379/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 9, 2019

    12 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 9, 2019

    NAVY Lockheed Martin Corp., Moorestown, New Jersey, is awarded a $176,339,634 firm-fixed-priced, performance-based logistics contract for the repair of 1,672 different head-of-family part numbers in support of the AEGIS SPY-1 Weapon System. The contract is a five-year contract with no option periods. Work will be performed in Moorestown, New Jersey, and is expected to be completed by August 2024. No funds are obligated at the time of award. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(c)(1) and in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VM01). Raytheon Co., Goleta, California, is awarded $29,790,677 for modification PZ0001 to a previously awarded firm-fixed-price contract (N00019-18-C-1055). This modification provides for Lot 14 full-rate production of 82 F/A18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-platform Launch Controllers. Work will be performed in Forrest, Mississippi (45%); Andover, Massachusetts (25%); Goleta, California (20%); and various locations within the continental U.S. (10%), and is expected to be completed in February 2022. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $29,790,677 will be obligated at time of award, $26,850,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Swift River Versar JV,* Anchorage, Alaska, is awarded a maximum amount $18,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mission sustainment and coastal resilience and related environmental planning services. The work to be performed provides for professional services that will support the study and implementation of mission sustainment and coastal readiness measures, including hardened structures and green infrastructure, which will ensure Navy and Marine Corps readiness of installations, ranges and operation areas. This contract will support environmental, asset management and expeditionary support services that will assist Department of Navy and Department of Defense commands in ensuring mission sustainability. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command Atlantic area of responsibility including, but not limited to Virginia (28%); North Carolina (22%); South Carolina (22%); Connecticut (7%); Florida (7%); Maine (7%); and Maryland (7%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was procured on a sole source basis pursuant to Federal Acquisition Regulation 19.805-1(b)(2). Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4004). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded $15,200,000 for delivery order N62789-19-F-0019 under previously awarded, multiple award, indefinite-delivery/indefinite-quantity contract N00024-16-D-4300 for the planning, material procurement, and repair work for USS Washington (SSN 787). Work will be performed in Groton, Connecticut, and is expected to be complete by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. A Fair Opportunity Notice was issued to both multiple award contract indefinite-delivery/indefinite-quantity holders on July 18, 2019, in accordance with 10 U.S. Code 2304(c)(1). The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity. MN&DPI JV LLC, Honolulu, Hawaii, is awarded a $15,000,000 firm-fixed-price modification to increase the maximum dollar value of previously awarded indefinite-delivery/indefinite-quantity contract (N62742-18-D-0001) for architect-engineering services for various structural and waterfront projects and other projects under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. The work to be performed provides for design and engineering services for the execution and delivery of engineering studies; plans, specifications, and cost estimates/parametric cost estimates, including preparation of design-build contract documents or design-bid-build contract documents; and post construction award services. After award of this modification, the total cumulative contract value will be $55,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific Area of Responsibility, including Guam (69%); and Hawaii (13%). The term of the contract is not to exceed 60 months, with an expected completion date of December 2022. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. ARMY Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $69,146,753 firm-fixed-price contract for construction of a tactical equipment maintenance facility and ancillary buildings. Bids were solicited via the internet with six received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of April 24, 2021. Fiscal 2019 military construction funds in the amount of $69,146,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-C-0029). TekSynap Corp.,* Reston, Virginia, was awarded a $31,657,006 firm-fixed-price contract for general program management, technical, research, analytical, and administrative support. 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 Aug. 8, 2024. U.S. Army Mission Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0015). Digital Management LLC, Bethesda, Maryland, was awarded an $19,141,206 modification (P00007) to contract W52P1J-17-F-4020 for interactive Personnel Electronic Record Management System. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Dumey Contracting Inc.,* Benton, Missouri, was awarded a $14,714,782 firm-fixed-price contract for construction, and degrading an existing levee and levee with berms and ditches. Bids were solicited via the internet with seven received. Work will be performed in Hornersville, Missouri, with an estimated completion date of Dec. 1, 2021. Fiscal 2019 civil works funds in the amount of $14,714,782 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0008). Manson Construction, Seattle, Washington, was awarded a $13,655,300 firm-fixed-price contract for unrestricted procurement for Houston Ship Channel hopper dredging. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of March 27, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,655,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0008). RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $13,584,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 10, 2020. Fiscal 2019 civil operations and maintenance funds in the amount of $13,584,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0011). Cottrell Contracting Corp.,* Chesapeake, Virginia, was awarded a $10,437,490 firm-fixed-price contract for Norfolk Harbor Channel maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Jan. 11, 2020. Fiscal 2019 civil construction funds in the amount of $10,437,490 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0019). Yaeger Architecture Inc.,* Lenexa, Kansas, was awarded a $10,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2025. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4011). Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,243,527 firm-fixed-price contract for repairs and stone revetment along Lake Erie. Bids were solicited via the internet with two received. Work will be performed in Hamburg, New York, with an estimated completion date of April 30, 2021. Fiscal 2010 civil construction funds in the amount of $8,243,527 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-C-0019). AIR FORCE Radiant Geospatial Solutions LLC,* Ypsilanti, Michigan, has been awarded a $14,226,474 cost-plus-fixed-fee contract for Red Wing Next Generation Geospatial Intelligence (GEOINT) Cloud. The objective of this effort is to deliver an automated and efficient workflow for National System of GEOINT analysis by reducing latency for product generation, exploitation and intelligence gathering. This effort will expand the use of Amazon managed services through careful assessment of emerging offerings with the goal of improving resiliency, reducing cost and reducing exposure to cyber threats. Work will be performed at Ypsilanti, Michigan; and Herndon, Virginia, and is expected to be completed by Aug. 7, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $3,713,188 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1502). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $13,031,667 firm-fixed-price contract for advisory and assistance services support for the Air Force Warfighting Integration Capability missions. This contract will provide for future and concepts analysis, design blueprints, capability development strategic integration, capability development implementation analysis, assessment of opportunities for new capability, workflow management, strategic communication, special access program integration, simulation studies, war gaming support, decision analytics and strategy, planning, programming, budgeting and execution analysis. Work will be performed at Washington, District of Columbia, and is expected to be completed by Aug. 8, 2020. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,994,101 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A162). Kearney & Co. P.C., Alexandria, Virginia, has been awarded a $9,620,685 firm fixed price contract modification (P00005) to previously awarded contract FA7014-18-F-1022 for the exercise of Option Period One for advisory and assistance services to support Total Force analysis. This contract modification includes capability and capacity analysis of Air Force mission areas; linking results to the strategy, planning, and programming process; performing planning, programming, and budgeting study excursions; analytically supporting Total Force initiatives, strategy review and assessment and planning support. Work will be performed at Arlington, Virginia, and is expected to be completed by July 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $9,237,252 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. Midwest Air Traffic Control Service Inc., Overland Park, Kansas, has been awarded an $8,410,622 cost-plus-fixed-fee modification (P00013) to previously awarded contract N65236-14-D-4984 for aviation command and control operations and maintenance services. The contract modification adds five months and 20 days to the current task order. Work will be performed in the Air Force Central Command's area of responsibility and expected to be completed by Feb. 29, 2020. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $8,410,622 at the time of the award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. *Small Business

  • Contract Awards by US Department of Defense - August 8, 2019

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

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. 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 Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

  • Hypersonics by the dozens: US industry faces manufacturing challenge

    9 août 2019 | International, Aérospatial, Naval, Terrestre

    Hypersonics by the dozens: US industry faces manufacturing challenge

    By: Jen Judson HUNTSVILLE, Ala. —The U.S. military is a few years from launching offensive hypersonic weapons that are currently under development. But building those initial missiles is one thing — manufacturing the weapons in multitude is another issue entirely. “I would say we really need to understand, again, how can we produce precision hardware at scale,” Michael Griffin, the Pentagon's undersecretary of defense for research and engineering, told a group of reporters Aug. 7 at the Space and Missile Defense Symposium in Huntsville, Alabama. “If we talk about ballistic missile defense or hypersonic offense and we talk about proliferating architectures, we need any dozens, many hundreds, maybe thousands of assets,” he added. “This takes us back to the Cold War where at one point we had 30,000 nuclear warheads and missiles to launch them. We haven't produced at that kind of scale since the wall came down.” As hypersonic missiles become a reality, industry is going to have to relearn how to effectively, efficiently and economically produce them, Griffin said. While industry has developed warheads, glide bodies and other components, there is no industrial base equipped to manufacture hypersonic weapons. Things are moving in the right direction when it comes to bringing industry up to speed and preparing for larger-scale manufacturing of missiles, Griffin said. But building these systems is challenging because, for example, hypersonics require a greater degree of thermal protection than what has been required of other weapons in the past, he noted. Building hypersonics is no longer a technical issue or a matter of understanding physics, but rather an issue of understanding the industrial engineering required to produce a larger number. “I'm not sure how much help the government can be there,” he said. “Mass production is not what we do. ... That is going to be an industry problem.” The Army is just weeks away from awarding a contract to a company that will work with the federally funded laboratory that developed a hypersonic glide body to develop manufacturing plans and strategies. Other companies will have a turn as well. The effort is spearheaded by the service's Rapid Capabilities and Critical Technologies Office. Griffin stressed that the weapons manufacturing process needs to be affordable. “Our adversaries have clearly found ways to make them affordable. China has these things now by the thousands. What do we do to learn, once again, how to produce sophisticated things at scale and affordably?” he said. China is able to field new systems every few years, Griffin noted, while the U.S. takes a decade or more to get through a cumbersome acquisition process. “It don't believe that the issues facing the United States aerospace and defense establishment are issues of specific technologies,” he said. “I believe that over the last 30 years ... we've become lost in our processes.” https://www.defensenews.com/digital-show-dailies/smd/2019/08/08/hypersonics-by-the-dozens-us-industry-faces-manufacturing-challenge/

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.