Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3558 nouvelles

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

  • Sailor 360 Prepares Future Leaders of Ford

    30 juillet 2019 | International, Naval

    Sailor 360 Prepares Future Leaders of Ford

    By Mass Communication Specialist 3rd Class Sean Elliott, USS Gerald R. Ford Public Affairs NEWPORT NEWS, Va. (NNS) -- Sailors assigned to the Ford-class aircraft carrier USS Gerald R. Ford (CVN 78) develop and implement their leadership skills during Sailor 360 training sessions, physical training and community relations projects, designed to strengthen and enrich its enlisted leaders. Sailor 360 was created to provide the tools to develop Sailors into effective leaders. Ford's version of Sailor 360 is the program expanding to include more ranks in a continued effort in developing the backbone of the Navy. “Sailor 360 is a program to help guide future leaders,” said Master-at-Arms 1st Class Eric Soto, from San Antonio. “Its goal is to engage Sailors and prepare us to take on future leadership roles.” Ford's Sailor 360 co-lead, Chief Hospital Corpsman Marlene Koza, from Norfolk, agrees it is never too early to train and mentor the Navy's future deckplate leaders. “Mentoring Sailors earlier gives them skills to lead Sailors of their divisions competently,” said Koza. “An effective leader makes sure all of the information is broken down and understood by their team, in other words helping them see the bigger picture, before leading the team towards a goal.” Sailor 360 is team-building based, involving the development and sharing of ideas, community outreach, and training among shipmates. The program requires a large commitment and Soto says the payoff is greater, and molds them into better leaders. “[As opposed to previous programs], Sailor 360 is going to create a better, well-rounded leader of tomorrow,” said Soto. “It's going to bring the same leadership skills, but is going to fill in the gaps previous programs may have missed.” During the trainings and events, Sailors can count on being involved and engaged. “Attendees can expect to have a family environment, and be held accountable to share ideas,” said Aviation Ordnanceman 1st Class Richard Mabe, from Matthews, Virginia. “Be ready to interact and come together for the common goal.” As first class petty officers train to improve their leadership skills, Koza added that it's important to keep in mind the continual group progress towards individual leadership goals. “I conduct interviews for the leadership positions within Sailor 360 to find the best Sailors that will embrace that role and have a positive effect for the program and command,” said Koza." Sailors hold their commitment to the program and developing themselves for many reasons, but a few reasons continually rise above the rest. “I'm committed to becoming a better Sailor and leader for Sailors to look up to,” said Soto. “With the help of our mentors and shipmates this program is helping everyone maintain a constant attitude of building each other up.” Future plans to implement the program to all ranks are in the works. “For the time being, first class petty officers are encouraged to join, but in the near future the program will open to include second class petty officers,” said Koza. Sailor 360 helps all Sailors in their professional and personal lives. Forming a stronger Navy and developing Sailors into better people and leaders. Gerald R. Ford is a first-in-class aircraft carrier and the first new aircraft carrier designed in more than 40 years. Ford is currently undergoing its post-shakedown availability at Huntington Ingalls Industries-Newport News Shipbuilding. https://www.navy.mil/submit/display.asp?story_id=110387&utm_source=phplist3055&utm_medium=email&utm_content=HTML&utm_campaign=Feature+Stories

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

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

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

    NAVY DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $382,535,170 cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the development, integration, and production of hardware solutions. This contract 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 Navy (92.7 percent); and the government of the United Kingdom under the Foreign Military Sales program (4.6 percent), and per a memorandum of understanding with the Commonwealth of Australia (2.7 percent). Work will be performed in Johnstown, Pennsylvania (82 percent); Burnsville, Minnesota (15 percent); Germantown, Maryland (1 percent); Largo, Florida (1 percent); and Chesapeake, Virginia (1 percent), and is expected be complete in July 2025. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $830,711,796, and be complete in December 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $296,895 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-19-D-0004). Alliant Techsystems Operations LLC, a wholly owned subsidiary of Northrop Grumman Innovation Systems Inc., Northridge, California, is being awarded a $167,338,657 firm-fixed-price contract for 263 full-rate production Lot 8 Advanced Anti-Radiation Guided Missiles (AARGM). This contract provides for conversion of U.S. government-provided AGM-88B High Speed Anti-Radiation Missiles into 260 AGM-88E AARGM all-up-rounds and 3 Captive Air Training Missiles, including supplies and services required for manufacture, spares, and fleet deployment. Work will be performed in Northridge, California (80%); and Ridgecrest, California (20%), and is expected to be completed in March 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $167,338,657 will be obligated at time of award, $1,319,319 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0049). Allied Pacific Builders Inc.,* Waipahu, Hawaii (N62478-16-D-4006); Environet Inc.,* Kamuela, Hawaii (N62478-16-D-4007); Hako Plumbing Inc.,* Honolulu, Hawaii (N62478-16-D-4008); Heartwood Pacific LLC,* Keaau, Hawaii (N62478-16-D-4009); Raass Brothers Inc.,* Provo, Utah (N62478-16-D-4010); and TOMCO Corp.,* Honolulu, Hawaii (N62478-16-D-4011), are awarded a combined $95,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Hawaii area of operations (AO). The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $340,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AO, and is expected to be completed by March 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity. PAE Aviation and Technical Services LLC, Greenville, South Carolina, is awarded $50,396,007 for modification P00023 to a previously issued firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00421-15-D-0007 to exercises an option for organizational, selected intermediate, and limited depot maintenance and logistics support for F-5F and F-5N aircraft. Work will be performed in Fallon, Nevada; Yuma, Arizona; and Key West, Florida, and is expected to be completed in July 2020. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Katmai Health Services LLC,* Anchorage, Alaska, is awarded ceiling value $19,562,319 indefinite-delivery/indefinite-quantity contract to provide role player services for Infantry Immersion Training. Work will be performed at Camp Lejeune, North Carolina (40%); Camp Pendleton, California (40%); and Marine Corps Base, Hawaii (20%), and work is expected to be completed July 2021, having an ordering period of two years. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,618,452 will be obligated on the first task order immediately following contract award and funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7836). General Dynamics Missions Systems Inc., Marion, Virginia, is awarded a $16,313,717 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacturing of AN/SPG-62 antenna systems parabolic radio frequency reflectors. The AN/SPG-62 antenna systems are mounted and operated in the ship's open spaces and are subsystems of the Mk-99 fire control system, part of the AEGIS combat system suite. The AN/SPG-62 antenna system reflector enables the continuous-wave radio frequency signal from the Mk-99's radar transmitter to illuminate targets to be engaged, fired upon and destroyed by the ship's weapons. Work will be performed in Marion, Virginia, and is expected to be completed by December 2024. Fiscal 2017, 2018 and 2019 other procurement (Navy) funding in the amount of $941,313 will be obligated at time of award, and $387,014 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP49). AIR FORCE Kilgore Flares Co., Toone, Tennessee, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flares. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on USAF Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Toone, Tennessee, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 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-0012). Armtec Countermeasures Co., Coachella, California, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flare. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on Air Force Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Camden, Arkansas, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 is 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-0013). Sierra Nevada Corp., Sparks, Nevada, has been awarded a $23,248,916 modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA3002-19-D-A003 for A-29 pilot and maintenance training for the Afghanistan Air Force at Moody Air Force Base, Georgia; and in Afghanistan. The contract modification provides for the addition of outside the continental U.S. instructor pilots in Afghanistan. This modification involves building partner capacity/pseudo-foreign military sales to Afghanistan. Work is expected to be completed by Dec. 31, 2023. No funds are being obligated at the time of award. The 338th Contracting Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity. Merrill Corp., doing business as Mission Support, Clearfield, Utah, has been awarded a $20,466,034 ceiling indefinite-delivery/indefinite‐quantity contract for the acquisition of A‐10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies and left and right inboard flap assemblies. Work will be performed in Clearfield, Utah, and is expected to be complete by July 28, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated sustainment activity group working capital funds in the amount of $4,997,734 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212‐19‐D‐0002). Lockheed Martin Space, Sunnyvale, California, has been awarded a $13,150,000 cost‐plus‐fixed‐fee modification (P00151) to contract FA8810‐13‐C‐0002 for space based infrared system contractor logistics support for studies and modification projects. 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 2018 procurement funds in the amount of $13,150,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $10,395,313 firm-fixed-price and cost-plus-fixed-fee modification (P00005) to previously awarded delivery order contract FA8634-17-F-0002 for F-15 Advanced Display Core Processor (ADCP) II low-rate initial production Lot 1. This engineering change proposal provides for the production and integration of the ADCPII boxes and related equipment into the F-15 platform. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2019 procurement; and fiscal 2018 and 2019 research and development funds in the amount of $10,395,313 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $9,244,494 firm-fixed-price and cost-plus-fixed-fee modification (P00006) to previously awarded delivery order contract FA8634-17-F-0002, for F-15 Advanced Display Core Processor II low-rate initial production Lot 1. This modification provides for the performance of a study to mitigate risks posed to the F-15E to reduce its flight risk from serious to medium. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2018 research and development funds in the amount of $9,244,494 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY Dawson-Zapata JV,* Honolulu, Hawaii, was awarded a $40,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for range maintenance and support activities utilizing robotic technology. 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 Jan. 2, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0002). WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, was awarded a $24,905,967 cost-plus-fixed-fee contract to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs, with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place in Laurel, Maryland. Fiscal 2019 operation and maintenance funds in the amount of $1,512,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $23,393,697 are being awarded. This contract was not competitively procured because the task order is executed against a single award, indefinite-delivery/indefinite-quantity. The expected completion date is May 30, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0006). (Awarded July 26, 2019) DEFENSE LOGISTICS AGENCY Sopakco Inc.,* Mullins, South Carolina (SPE3S1-19-D-Z123, $16,888,463); and The Wornick Co., Cincinnati, Ohio (SPE3S1-19-D-Z122, $16,618,875), have both been awarded firm-fixed-price contracts under solicitation SPE3S1-19-R-0005 for Tailored Operational Training Meals. These are five-year contracts with no option periods. This was a competitive acquisition with three responses received. Locations of performance are South Carolina and Ohio, with a July 28, 2024, performance completion date. Using military services are National Guard and Reserve Forces. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Skurka Aerospace Inc., Camarillo, California, has been awarded a maximum $9,428,066 firm-fixed-price contract for direct current motors. 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 one, one-year option period. Location of performance is California, with a July 28, 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, Land and Maritime, Warren, Michigan (SPRDL1-19-C-0190). MISSILE DEFENSE AGENCY Cummings Aerospace,* Huntsville, Alabama, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,982,641. Under this new contract, the contractor will integrate and enhance the Simulation Framework ToolKit and Coordinated Cyber/Electronic Warfare Integrated Fires Tool to conduct quick-turn, end-to-end, left through right of launch analysis with varying sensor and weapon technologies. A task order in the amount of $1,894,626 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from July 29, 2019, through July 28, 2024. A special topic broad agency announcement (BAA) number HQ0147-17-S0002 was posted to the Federal Business Opportunities web site to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven white papers from which proposals were requested. This award results from one of seven proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,894,626 for the first task order are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0009). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1918513/source/GovDelivery/

  • NAVFAC Pacific Awards Contract for Communications/Crypto Facility at JBPHH Wahiawa Annex

    29 juillet 2019 | Naval, Sécurité

    NAVFAC Pacific Awards Contract for Communications/Crypto Facility at JBPHH Wahiawa Annex

    By Krista Cummins, Naval Facilities Engineering Command Pacific Public Affairs Joint Base Pearl Harbor-Hickam (NNS) -- Naval Facilities Engineering Command (NAVFAC) Pacific awarded a $49 million firm-fixed price contract July 26 to Nan, Inc. of Honolulu, Hawaii, for work at the Communications/Crypto Facility at Naval Computer Telecommunications Area Master Station (NCTAMS) Pacific on Joint Base Pearl Harbor Hickam (JBPHH) Wahiawa Annex. “This project will result in a substantive improvement in our ability to execute a range of Information Warfare missions at the Wahiawa Annex - from assuring command and control to Navy and Joint Commanders across the Pacific to Cyberspace Operations,” said Capt. Bryan Braswell, NCTAMS Pacific commanding officer. “Ultimately this investment in the Wahiawa infrastructure will improve our Information Warfare readiness in the Pacific.” The work includes renovating three existing buildings – Buildings 261, 105 and 10 and consists of removing walls and equipment; modifying electrical mechanical, fire sprinklers, lighting, communication and security systems; renovating restroom facilities, power, uninterruptible power supply, heating, ventilation, air conditioning systems, ceiling and doors; and painting interior and exterior areas. Work on this contract will be performed at JBPHH Wahiawa Annex, Hawaii with an expected completion date of April 2021. The contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities website with three proposals received. https://www.navy.mil/submit/display.asp?story_id=110374

  • Ottawa company receives Royal Canadian Navy support contract

    29 juillet 2019 | Local, Naval

    Ottawa company receives Royal Canadian Navy support contract

    DAVID PUGLIESE BMT Canada Ltd. has been awarded a $77.8 million contract to provide engineering, logistics, management, and support services to the Royal Canadian Navy's fleet. The contract initially runs for five years but there are options to extend that. The Ottawa-based company will provide a wide variety of work such as standards development and logistics services for equipment sustainment, according to the Department of National Defence. This contract will support the RCN's current and future fleet in instances where DND does not have the capacity to perform all of this work in-house, the department noted. https://ottawacitizen.com/news/national/defence-watch/ottawa-company-receives-navy-support-contract

  • Contract Awards by US Department of Defense - July 26, 2019

    29 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 26, 2019

    Contracts for July 26, 2019 ARMY Blue Tech Inc.,* San Diego, California (W52P1J-19-D-0051); Ace Computers doing business as JC Technology Inc.,* Elk Grove Village, Illinois (W52P1J-19-D-0055); Strategic Communications LLC,* Louisville, Kentucky (W52P1J-19-D-0050); NCS Technologies Inc.,* Gainesville, Virginia (W52P1J-19-D-0048); HPI Federal LLC, Washington, District of Columbia (W52P1J-19-D-0054); Dell Federal Systems LP, Round Rock, Texas (W52P1J-19-D-0049); Iron Bow Technologies LLC, Herndon, Virginia (W52P1J-19-D-0052); and Sterling Computers Corp.,* North Sioux City, South Dakota (W52P1J-19-D-0053), will compete for each order of the $5,000,000,000 firm-fixed-price contract for Army Desktop and Mobile Computing-3. Bids were solicited via the internet with 58 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 23, 2029. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. BCF Solutions Inc.,* Arlington, Virginia (W15QKN-18-C-0088); BCF Solutions Inc.,* Arlington, Virginia (W15QKN-19-D-0089); Trijicon Inc.,* Wixom, Michigan (W15QKN-19-D-0095); and Trijicon Inc.,* Wixom, Michigan (W15QKN-19-D-0094), will compete for each order of the $48,800,000 firm-fixed-price contract for mounted machine gun optic mounts on the M2 and M2A1 machine guns, the M240 family of machine guns, and the MK19 grenade launcher. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of July 26, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity. Riverside Construction Co. Inc.,* Vicksburg, Mississippi, was awarded a $24,000,000 firm-fixed-price contract for stone repairs to revetments and dikes, flood control and channel improvement to the Mississippi River Basin and tributaries. 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. 30, 2020. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-D-0011). PROJECTXYZ Inc.,* Huntsville, Alabama, was awarded a $17,227,000 firm-fixed-price Foreign Military Sales (Egypt) contract to develop and deliver M48A3 Chaparral Fire Unit system modifications. One bid was solicited with one bid received. Work will be performed in Cairo, Egypt, with an estimated completion date of Dec. 30, 2020. Fiscal 2019 Foreign Military Sales funds in the amount of $17,227,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0105). HNTB Corp., Kansas City, Missouri, was awarded a $13,500,000 modification (P00007) to contract W91236-14-D-0035 for multidiscipline design and architect-engineer services for planning and design support to the southern expansion project at Arlington National Cemetery. Work locations and funding will be determined with each order, with an estimated completion date of July 28, 2024. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity. Modern Technology Solutions Inc.,* Alexandria, Virginia, was awarded an $8,458,222 modification (P00019) to contract W9133L-16-F-0027 for modernization and engineering support. Work will be performed in Tucson, Arizona, with an estimated completion date of July 25, 2020. Fiscal 2019 National Guard Bureau funds in the amount of $8,458,222 were obligated at the time of the award. National Guard Bureau, Operations Contracting, Washington, District of Columbia, is the contracting activity. NAVY AAR Government Services Inc., Wood Dale, Illinois, is awarded an $118,616,793 firm-fixed-price contract for the procurement, modification and delivery of two C-40 aircraft and associated peculiar support equipment and common support equipment for the Marine Corps (USMC). This contract is for the acquisition, modification, acceptance and delivery of two Boeing 737-700 Increased Gross Weight (IGW) series commercial aircraft that will meet USMC C-9B replacement medium lift requirements and will be designated C-40A. This statement of work (SOW) will procure and modify a 737-700 IGW series airframe and engines that will meet cargo/passenger, communication, navigation, safety and military mission system capabilities. The military mission systems consist of requirements for military navigation and communication system. The aircraft shall be certified in accordance with 14 Code of Federal Regulations (CFR) Part 25 (airworthiness standards) for an all-passenger configuration that can carry 121 passengers and an all-cargo configuration of eight 463L (HCU-6/E) cargo pallets. A passenger-cargo configuration (combi-configuration) shall be certified to meet 14 CFR Part 25 or military airworthiness standards that will consist of seating and cargo pallets that will provide the USMC the added mission flexibility to configure the aircraft in a cargo-passenger configuration. Naval Aviation (NAVAIR) will be responsible for the airworthiness related to the combination configuration unless the configuration falls within an existing Federal Aviation Administration (FAA) certification. The contract will also require training the aircrew (pilots, crew chiefs and loadmasters) and training for unique equipment. Work will be performed in Wood Dale, Illinois (79%); Indianapolis, Indiana (11%); Oklahoma City, Oklahoma (9%); Miami, Florida (1%); and is expected to be completed in September 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $118,616,793 will be obligated at 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 proposal; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0070). Nan Inc., Honolulu, Hawaii, is awarded a $49,777,312 firm-fixed-price contract for communications/crypto facility at Naval Computer Telecommunications Area, Maser Station, Pacific. The work includes renovating three existing buildings, Buildings 261, 105 and 10. Building 261 renovation work consists of removing walls, equipment, electrical mechanical, fire sprinklers, communication and security systems; renovate restroom facilities, power, uninterruptible power supply, heating, ventilation and air conditioning systems, ceiling, doors, painting interior and exterior and penetration of secure areas. Building 105 renovation of work consists of removing walls and raised access flooring; modifying electrical, mechanical, fire sprinklers, lighting, communication, security systems, interior painting and doors. Building 10 renovation work consists of replacing window air conditioning units and doors, modifying electrical and communication systems and incidental work. The option, if exercised, provides for furniture, fixtures and equipment. Work will be performed at Joint Base Pearl Harbor-Hickam, Wahiawa Annex, Hawaii, and is expected to be completed by April 2021. The contract also contains one unexercised option, which, if exercised, would increase the cumulative contract value to $50,286,129. Fiscal 2018 military construction (Navy) contract funds in the amount of $49,777,312 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1317). General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $27,713,041 cost-plus-incentive-fee and cost-only modification to previously-awarded contract N00024-09-C-6250 for the procurement of Navy systems engineering services. This contract is for the completion and modernization of Navy systems. This contract involves foreign military sales to Australia. Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2021. Fiscal 2017 other procurement (Navy) funding in the amount of $1,367,558; fiscal 2018 other procurement (Navy) funding in the amount of $2,532,437; fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $499,914 and Royal Australian Navy funding in the amount of $728,283 will be obligated at time of award, and $499,914 will expire at the end of the current fiscal year. Modification is pursuant to 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Progeny Systems Corp.,* Manassas, Virginia, is awarded a $17,633,753 cost-plus-fixed fee level-of-effort and cost-only modification to previously awarded contract N00024-18-C-6265 to exercise options for the procurement of engineering and technical services, including software development, commercial off-the-shelf products, hardware and software integration for submarine and undersea warfare weapons systems. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%), and is expected to be complete by July 2020. Fiscal 2019 and 2018 research, development, test and evaluation (Navy); 2016 shipbuilding and conversion (Navy); and 2018 other procurement (Navy) funding in the amount of $13,083,051 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6265). Draeger Inc., Teleford, Pennsylvania, is awarded a $9,945,261 firm-fixed-price contract for anesthesia recording and monitoring devices (ARMD) sustainment services in support of Navy, Army, Air Force, and National Capital Region military treatment facilities inside and outside the continental U.S. Work may be performed at locations throughout the U.S. to include: San Antonio Military Medical Center, Texas (7%); Walter Reed National Military Medical Center, Maryland (7%); Naval Medical Center, Portsmouth, Virginia (6%); Naval Medical Center, San Diego, California (5%); Fort Belvoir Community Hospital, Virginia (3%); Fort Bliss, Texas (3%); Fort Bragg, North Carolina (3%); Tripler Army Medical Center, Hawaii (3%); Lackland Air Force Base, Texas (3%); Eglin Air Force Base Hospital, Florida (2%); Fort Benning, Georgia (2%); Fort Campbell, Kentucky (2%); Fort Carson, Colorado (2%); Fort Gordon, Georgia (2%); Fort Hood, Texas (2%); Fort Stewart, Georgia (2%); Keesler Air Force Base, Georgia (2%); Naval Hospital, Camp Pendleton, California (2%); Naval Hospital Pensacola, Florida (2%); Nellis Air Force Base, Nevada (2%); United States Army Institute of Surgical Research, Texas (2%); Wright-Patterson Air Force Medical Center, Ohio (2%); Andrews Air Force Base Hospital, Maryland (1%); Langley Air Force Base Medical Center, Virginia (1%); Elmendorf Air Force Base Hospital, Alaska (1%); Travis Air Force Base, California (1%); Fort Wainwright, Alaska (1%); West Point Academy, New York (1%); Fort Riley, Kansas (1%); Fort Meade, Maryland (1%); Fort Irwin, California (1%); Fort Leonard Wood, Missouri (1%); Fort Polk, Louisiana (1%); Walter Reed Army Institute of Research, Maryland (1%); Naval Hospital, Camp Lejeune, North Carolina (1%); Naval Hospital, Jacksonville, Florida (1%); Naval Hospital, Lemoore, California (1%); Naval Hospital, Beaufort, South Carolina (1%); Naval Hospital, Twentynine Palms, California (1%); Naval Hospital, Cherry Point, North Carolina (1%); and Air Force Medical Operations Agency Lab, Texas (less than 1%). Work may be performed at locations outside of the contiguous United States to include Landsuhl Regional Medical Center, Germany (3%); Aviano Air Base Hospital, Italy (1%); Lakenheath Air Force Base Hospital, United Kingdom (1%); Misawa Air Force Base, Japan (1%); Naval Hospital, Guam, Guam (1%); Naval Hospital, Guantanamo Bay, Cuba (1%); Naval Hospital, Naples, Italy (1%); Naval Hospital, Okinawa, Japan (1%); Osan Air Base Hospital, Korea (1%); Naval Hospital, Rota, Spain (1%); Naval Hospital, Sigonella, Italy (1%); Waegwan (Seoul), South Korea (1%); Naval Hospital, Yokosuka, Japan and Iwakuni, Japan (1%); and Yokota Air Force Base Hospital, Japan (1%). This contract has a five-year period of performance and all work is expected to be completed by July 26, 2024. Fiscal 2019 Defense Health Program operation & maintenance funds will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was a non-competitive, sole-source procurement in accordance with Federal Acquisition Regulation 6.302-1(c) issued via the Federal Business Opportunities website, with one proposal received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0005). Coastal Marine Services,* San Diego, California (N55236-19-D-0007); DLP Enterprises,* National City, California (N55236-19-D-0008); Paige Floor Covering Services,* San Diego, California (N55236-19-D-0009); Surface Technologies Corp.,* San Diego, California (N55236-19-D-0010); and YYK Enterprises,* National City, California (N55236-19-D-0011), are awarded a combined $8,750,359 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with a five-year base ordering period to provide interior decking onboard Navy ships vessels within a 50-mile radius of San Diego, California. Each contractor shall provide services, equipment, and materials for interior decking on Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California. Further, the contractor must be familiar with and conform to all prescribed procedures set forth in applicable instructions, directives, publications, etc. issued by the Department of Defense (DoD), Secretary of the Navy, Chief of Naval Operations, Navy Supply Systems Command, Navy Sea Systems Command, Commander, Naval Air Forces, Pacific Fleet, Fleet Forces Command and other DoD-related activities. These five companies will have an opportunity to compete for individual delivery orders. Work will be performed in or near San Diego, California, and will be complete by July 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $50,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract's initial delivery order and expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website with seven offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. AIR FORCE CPI Aerostructures, Edgewood, New York, has been awarded a $65,700,000 ceiling contract for T-38A/B/C sustainment. This contract provides for T-38 A/B/C structural and fastener kits. Work will be performed at Edgewood, New York, and is expected to be completed by July 25, 2030. This award is the result of a competitive-source acquisition with three offers received. Fiscal 2018 and 2019 procurement funds in the amount of $3,398,478 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Roy, Utah, is the contracting activity (FA8220-19-D-0002). Smiths Detection Inc., Edgewood, Maryland, has been awarded a $16,314,800 firm-fixed-price contract for Azerbaijan X-rays and screening equipment. This contract provides for X-ray screening systems, installation, initial spares, training and extended warranty and maintenance support for Republic of Azerbaijan, State Customs Committee, supporting U.S. European Command Theater Campaign Plan line of effort to counter transnational threats. Work will be performed in the Republic of Azerbaijan, and expected to be completed by Sept. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $16,314,800 are being obligated at the time of award. The Air Combat Command, Acquisition Management & Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-19-C-A015). Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a $9,453,990 cost-plus-fixed-fee modification (P00088) to previously awarded contract FA8629-14-C-2403 for initial capabilities upgrades. This contract modification provides for the engineering analysis and integration (or removal) of capabilities such as situational awareness data link, automatic direction finder, distributed aperture infrared countermeasures and electro-optical/infrared with primary flight reference symbology. Work will be performed at Stratford, Connecticut; and Owego, New York, and is expected to be completed by July 24, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $9,453,990 are being obligated at the time of award. Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity. DEFENSE LOGISTICS AGENCY Carter Enterprises LLC, doing business as Mil-Spec Enterprises, Brooklyn, New York, has been awarded a maximum $24,252,013 modification (P00029) to a one-year contract (SPE1C1-16-D-1071) with three one-year option periods for the Improved Outer Tactical Vest, Generation IV. This is a firm-fixed price, indefinite-quantity contract. Location of performance is New York, with a Sept. 15, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Cutter Aviation Phoenix Inc.,* Phoenix, Arizona, has been awarded a maximum $9,490,256 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 44-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-0110). CORRECTION: The contract announced on July 24, 2019, Communications & Power Industries, Palo Alto, California (SPE7LX-19-D-0169) for $7,050,384 was announced with an incorrect award date. The correct award date is July 26, 2019. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1918406/

  • CSCSU Great Lakes Opens New VMS Lab

    29 juillet 2019 | International, Naval

    CSCSU Great Lakes Opens New VMS Lab

    By Brian Walsh, Training Support Center Public Affairs GREAT LAKES, Ill. (NNS) -- Center for Surface Combat Systems Unit (CSCSU) Great Lakes held a ribbon cutting ceremony unveiling a new Voyage Management System (VMS) lab for operations specialist (OS) A School July 26. CSCSU staff overhauled a space that was previously used for chart plotting and converted it into the new VMS lab. Eight instructors were dedicated to the process working a total 320 man-hours creating the lab that will be used in the training of students to meet fleet VMS requirements. “The dedication of the staff was highly important in this process,” said Chief Operations Specialist James Rodney, leading chief petty officer of CSCSU Great Lakes' operations specialist A School. “Without their hard work and determination to finish the lab, it would not have been ready for the implementation of OS Ready Relevant Learning (RRL).” The benefits of opening the new VMS lab allows us to alleviate lab bottleneck concerns, which can result in lost training time when another class is already in the lab. CSCSU can also raise their annual throughput of students because of the additional VMS lab. VMS is a computer-based system for navigation planning and monitoring. Its primary purpose is to contribute to safe navigation. The system is designed to increase the situational awareness of watch standers on the bridge and at other shipboard locations where the system is made available. The VMS user interface consists of one or more computer workstations that are linked via the ship's network or a Local Area Network (LAN). Multiple workstations and/or remote monitors may be provided, to place a VMS display at any required shipboard location. The lab is critical to OS “A” students because they are learning about safety of navigation. The addition of 80 hours of classroom and lab time will ensure VMS certified operations specialist report to their follow on commands better prepared to assist the bridge and combat information center watch teams with safe navigation soon after reporting onboard. “This lab is a benefit to students because they are provided access to the most up to date VMS lab Great Lakes has to offer with the most current version of VMS,” Rodney said. “It benefits CSCSU because it a tool the instructors can use to better provide training to the students and it alleviates potential bottle necks with classes. It benefits the Navy because every OS “A” student is leaving the schoolhouse with a VMS certification and this helps take pressure off the ships because it will lower the number of personnel they will need to send to VMS school in the Fleet.” On hand to praise the staff was CSCSU Commanding Officer Cmdr. Richie Enriquez. “Today's ribbon-cutting is a significant accomplishment to better prepare our students and support the fleet," Enriquez said. "The new VMS lab allows us to have a dedicated space for the training of our operations specialist and it is vital to implementing OS RRL curriculum. The time put in to ensure our students receive the highest caliber of training shows the professionalism, excellence and pride CSCSU takes in supporting our mission to develop and deliver surface ship combat systems training to achieve surface warfare superiority.” https://www.navy.mil/submit/display.asp?story_id=110365

  • U.S. Navy using BAE Systems payload tubes to increase Virginia class strike capability

    26 juillet 2019 | International, Naval

    U.S. Navy using BAE Systems payload tubes to increase Virginia class strike capability

    uly 25, 2019 - BAE Systems has received a follow-on contract to produce 28 more payload tubes for the U.S. Navy's Block V Virginia-class attack submarines. Under the contract with General Dynamics Electric Boat, a builder of the Virginia class, BAE Systems will deliver seven sets of four tubes each for the Virginia Payload Modules (VPM). The Navy is adding significant capability to the latest Virginia-class boats by increasing the firepower and payload capacity of the Block V submarines. The VPM extends the length of Block V subs over previous versions of the Virginia class by adding a mid-body section to create more payload space. Each large-diameter payload tube can store and launch up to seven Tomahawk and future guided cruise missiles. “The VPM is critical to the Virginia class because it offers not only additional strike capacity, but the flexibility to integrate future payload types, such as unmanned systems and next-generation weapons, as threats evolve,” said Joe Senftle, vice president and general manager of Weapon Systems at BAE Systems. “We've invested heavily in the people, processes, and tools required to successfully deliver these payload tubes to Electric Boat and to help ensure the Navy's undersea fleet remains a dominant global force.” BAE Systems is also providing nine payload tubes under previously awarded VPM contracts. As the leading provider of propulsors and other submarine systems, the company has a long history of supporting the Navy's submarine fleet. In addition to payload tubes, BAE Systems is also providing propulsors, spare hardware, and tailcones for Block IV Virginia-class vessels and is prepared to do the same for Block V. Work under this contract will be performed at the company's facility in Louisville, Kentucky, with deliveries scheduled to begin in 2021. https://www.epicos.com/article/449335/us-navy-using-bae-systems-payload-tubes-increase-virginia-class-strike-capability

  • Contract Awards by US Department of Defense - July 25, 2019

    26 juillet 2019 | Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 25, 2019

    NAVY Siemens Government Technologies Inc., Arlington, Virginia, was awarded $828,828,020 for firm-fixed-price task order N3943019F9909 under a previously awarded multiple award, indefinite-delivery/indefinite-quantity, energy savings performance contract (DE-AM36-09G29041) at Naval Base Guantanamo Bay. The work to be performed provides for the construction, operations and maintenance of energy conservation measures to improve energy efficiency and reliability, which include heating, ventilation and air conditioning upgrades, lighting upgrades, commercial refrigeration upgrades, distributed generation, renewable energy photovoltaic for both the demand and supply sides, energy storage, power control, supervisory control and data acquisition, water retrofits and wastewater. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by April 2043. No funds will be obligated with this award, as private financing obtained by the contractor will be used for the 31-month construction (i.e. implementation) phase of the project. Eight proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency and Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract. (Awarded July 24, 2019) Baldi Brothers Inc.,* Beaumont, California, is awarded a $30,108,978 firm-fixed-price contract which includes an option for airfield improvements at Naval Base Coronado. The work includes demolishing the existing aircraft parking apron and constructing a new aircraft parking apron, apron expansion, a wash rack, a taxiway and renovating the helipad. The parking apron, taxiway and helipad will include high heat signature paving to support aircrafts. The option provides a thicker apron pavement section including concrete, aggregate base and compacted subgrade. Work will be performed in San Diego, California, and is expected to be completed by August 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $30,108,978 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-C-1211). United Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded a not-to-exceed $25,000,000 undefinitized firm-fixed-price modification (P00003) to a previously awarded cost-plus-incentive-fee contract (N00019-19-C-0054). This modification procures milling machines, fixtures and tooling to increase production capacity for critical F135 components. Work will be performed in East Hartford, Connecticut, and is expected to be completed in February 2022. Fiscal 2019 defense production act purchases (Defense) funds in the amount of $12,500,000 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. Sygnos Inc.,* San Diego, California, is awarded a $20,000,000 indefinite-delivery/indefinite-quantity contract for water and sewer line construction alterations, renovations and repair projects at Naval Weapons Station Seal Beach and 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 water and sewer line installation projects. Work will be performed in Seal Beach, California (50 percent); and Oceanside, California (50 percent). The term of the contract is not to exceed 60 months with an expected completion date of July 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 two proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2607). ARMY Textron, AAI Corp., Hunt Valley, Maryland (W911QY-19-D-0033); Arcturus UAV,* Rohnert Park, California (W911QY-19-D-0050); Martin UAV,* Plano, Texas (W911QY-19-D-0032); and L3 Technologies, Ashburn, Virginia (W911QY19D0051), will compete for each order of the $99,500,000 firm-fixed-price contract for Future Tactical Unmanned Aerial Systems. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of July 24, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Solis Applied Science,* Falls Church, Virginia, was awarded a $77,383,996 cost-plus-fixed-fee contract for National Ground Intelligence Center remote sensing and image science support services. Three bids were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of July 24, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W911W5-19-D-0001). HCS Group P.C.,* Montgomery, Alabama (W91278-19-D-0033); HDR Engineering Inc. of the Carolinas, Charlotte, North Carolina (W91278-19-D-0014); ILSI-Arcadis Small Business JV LLC,* New Orleans, Louisiana (W91278-19-D-0024); Baskerville & Donovan Inc., Mobile, Alabama (W91278-19-D-0013); and Thompson Engineering/Mott MacDonald JV, Mobile, Alabama (W91278-19-D-0015), will compete for each order of the $30,000,000 firm-fixed-price contract for architect engineer services to support planning, design and construction. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of July 24, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Ati-Cti JV LLC,* Columbia, Maryland, was awarded a $9,000,000 firm-fixed-price contract for architect engineer environmental services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of July 25, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0044). Messer Construction, Cincinnati, Ohio, was awarded a $7,375,000 firm-fixed-price contract for renovation of basement and addition to Building 45 at Wright-Patterson Air Force Base, Ohio. Bids were solicited via the internet with four received. Work will be performed in Dayton, Ohio, with an estimated completion date of March 11, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $7,375,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0024). DEFENSE LOGISTICS AGENCY City Public Services of San Antonio, doing business as CPS Energy, San Antonio, Texas, has been awarded a $39,858,681 modification (P00006) to a 50-year contract (SP0600-17-C-8324) with no option periods for additional utility services for the electric and natural gas distribution systems at Joint Base San Antonio, Texas. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas, with a June 30, 2069, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. MISSILE DEFENSE AGENCY Aerojet Rocketdyne, Huntsville, Alabama, is being awarded a competitive $18,984,061 cost-plus-fixed-fee contract for axial upper stage (AUS) technology risk reduction. The contract award includes a base period in the amount of $11,987,247 and an option period in the amount of $6,996,814. Aerojet Rocketdyne will mature AUS component technologies and analytical tools to demonstrate component, material and architecture solutions to support future development efforts. The work will be performed in Huntsville, Alabama. The period of performance for the base period is 24 months, from July 2019 through June 2021. The period of performance for the option period is 18 months, from July 2021 through January 2023. This contract was competitively procured via publication on the Federal Business Opportunities website under the Missile Defense Agency's Special Topic Broad Agency Announcement for Hypersonic Defense Component Technology, HQ0147-18-S-0002. Fiscal 2019 research, development, test and evaluation funds in the amount of $8,000,000 are being obligated at the time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-C-6501). AIR FORCE Cummins Power Generation Inc., Minneapolis, Minnesota, has been awarded an $8,412,000 delivery order (FA8534-19-F-0062) against previously awarded contract FA8533-09-D-0004 for basic expeditionary airfield resources power units. This delivery order brings the total cumulative face value of the contract to $263,906,007 from $255,494,007. Work will be performed in Minneapolis, Minnesota, and is expected to be completed by April 1, 2021. Fiscal 2018 procurement funds in the amount of $8,412,000 are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1917119/

  • Contract Awards by US Department of Defense - July 24, 2019

    26 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 24, 2019

    DEFENSE LOGISTICS AGENCY GSL Solutions Inc., Vancouver, Washington, has been awarded a maximum $450,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for automated pharmaceutical equipment, accessories, maintenance and training under the Patient Monitoring and Capital Equipment Program. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is Washington, with a July 23, 2024 performance completion date. Using customers are Army, Navy, Air Force, Marines and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0016). Crown Clothing Co., Vineland, New Jersey, has been awarded a maximum $12,386,162 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-1079), with four one-year option periods for men's coats and replacement collars. This is a fixed-price contract. Location of performance is New Jersey, with an Aug. 8, 2020, performance completion date. Using military service is 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. FN America LLC, Columbia, South Carolina, has been awarded a maximum $10,589,029 firm-fixed-price contract for receiver cartridges. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a July 26, 2024, 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 Land and Maritime, Warren, Michigan (SPRDL1-19-D-0112). Communications & Power Industries, Palo Alto, California, has been awarded a maximum $7,050,384 firm-fixed-price contract for electron tubes. 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 three-year contract with no option periods. Location of performance is California, with a June 23, 2022 performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0169). NAVY Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a maximum potential value $62,300,000 modification to a previously awarded indefinite-delivery/indefinite-quantity multiple award contract (N00039-15-D-0042) for the Block Upgrade II retrofit of Multifunctional Information Distribution System (MIDS) low volume terminals. The terminals provide secure, high-capacity, jam-resistant, digital data and voice communications capability for Navy, Air Force and Army platforms. Work will be performed in Wayne, New Jersey (50%); and Cedar Rapids, Iowa (50%). Work is expected to be completed by December 2026. No funding is being obligated on the contract at the time of award. Contract actions will be issued and funds obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation, subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity and awarded the contract on behalf of the MIDS Program Office. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $27,425,442 for firm-fixed-price delivery order N00024-19-F-5632 under previously awarded contract N00024-15-D-5217 for 165 Technical Insertion Sixteen (TI-16) Common Display System (CDS) Variant A water-cooled production consoles. The CDS is a set of watch station consoles designed to support the implementation of Open Architecture in Navy combat systems. The TI 16 CDS is the next evolution in the CDS family and consists of a three-eyed horizontal display console. This delivery order combines purchases for the Navy (85%); and the government of Japan (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by March 2020. Fiscal 2018 other procurement (Navy); fiscal 2014, 2016 and 2017 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $26,935,062 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY Baysinger-Bric JV,* Marion, Illinois (W91248-19-D-0005); Johnson-McAdams Firm P.A.,* Greenwood, Mississippi (W91248-19-D-0004); and American Engineers Inc.,* Glasgow, Kentucky (W91248-19-D-0006), will compete for each order of the $15,000,000 firm-fixed-price contract for architect and engineering design services that include preparation of designs, plans, specifications and cost estimates for various projects at Fort Campbell, Kentucky; and Fort Sill, Oklahoma. 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 July 31, 2024. U.S. Army Mission Installation Contracting Command, Fort Campbell, Kentucky, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1915574/

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.