Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3558 nouvelles

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

  • Trump signs defense spending plan, with one more swipe at Democrats

    1 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Trump signs defense spending plan, with one more swipe at Democrats

    By: Leo Shane III WASHINGTON — President Donald Trump finalized an $854 billion spending bill on Friday that fully funds the military for fiscal 2019 and prevents a government shutdown next week, accomplishments that congressional leaders have called important and laudable. But Trump's signature came with one final attack on Democrats over the spending measure, lamenting lawmakers' decision not to include extra money in the appropriations package for his planned wall along the southern U.S. border. “Unfortunately, the radical Democrats refuse to support border security and want drugs and crime to pour into our country,” he said in a statement after signing the bill. The comments came just a week after Trump took to social media to blast “this ridiculous Spending Bill,” raising fears of a presidential veto on Capitol Hill. Instead, Trump largely praised the measure on Friday, calling it “important legislation to rebuild our military” and promote other domestic priorities. The appropriations measure includes $674 billion in defense funding for fiscal 2019, and marks the first time in a decade Congress has finalized the spending measure before the start of the new fiscal year. The measure funds a 2.6 percent pay raise for troops starting next January and a boost in military end strength of 16,400 spread across the active-duty and reserve forces. Trump, in his statement, praised the measure for including “93 new F-35 Lightning Joint Strike Fighters, 142 Apache and Black Hawk helicopters, and 13 Navy battle force ships — made right here in the USA.” In a statement after the signing, House Armed Services Committee Chairman Mac Thornberry, R-Texas, praised the president for pushing for the funding increases in his budget request and past public statements. “By funding our military in full and on time, we can begin to restore its strength, agility, and effectiveness,” he said. “As I have said before, the task before us now is to make full, on time funding of our military the rule in Washington, and not the exception.” The spending bill also includes full-year funding for the departments of Health and Human Services, Education and Labor, as well as bridge funding for a handful of other government agencies to keep them operational through Dec. 7. Last week, Trump signed into law a separate package that included full-year funding for the Department of Veterans Affairs and for military construction projects. https://www.militarytimes.com/news/your-military/2018/09/28/trump-signs-spending-plan-avoiding-shutdown

  • Contract Awards by US Department of Defense - September 27, 2018

    28 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 27, 2018

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded an indefinite-delivery/indefinite-quantity contract with an estimated ceiling of $9,202,568,686 for the Advanced Pilot Training aircraft and ground-based training systems. The contract provides for the anticipated delivery of 351 aircraft, 46 associated training devices, and other ancillary supplies and service (e.g., initial spares, support equipment, sustainment, and training). The contract includes the initial delivery order for engineering and manufacturing development of Advanced Pilot Training aircraft and ground-based training systems for $813,385,533. The maximum quantity of aircraft and training devices the Air Force can purchase under this indefinite-delivery/indefinite-quantity contract is 475 aircraft and 120 ground based training systems. Work will be performed in St. Louis, Missouri, and is expected to be complete by 2034. This award is the result of a competitive acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $33,600,000 are being obligated on the first delivery order at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8617-18-D-6219). United Launch Services, Centennial, Colorado, has been awarded an $867,081,864 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price modification (P00199) to contract FA8811-13-C-0003 for Evolved Expendable Launch Vehicle launch capability for the Delta IV and Atlas V families of launch vehicles. The contract modification is for mission integration, base and range support, maintenance commodities, Delta depreciation, and Atlas depreciation and provides for mission assurance, program management, systems engineering, and integration of the space vehicle with the launch vehicle, launch site and range operations, and launch infrastructure maintenance and sustainment. Work will be performed in Centennial, Colorado; Vandenberg Air Force Base, California; and Cape Canaveral Air Station, Florida, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 space procurement funds are being obligated at the time of award. Total cumulative face value of the contract is $9,769,473,249. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. United Technologies Corp. Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a not-to-exceed $250,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. This contract provides for the ATTAM Phase I program to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in East Hartford, Connecticut, and is expected to be complete by September 2026. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-2062). Bristol Prime Contractors, Anchorage, Alaska (FA3020-18-D-0006); C3/SMR JV LLC, Temple, Texas (FA3020-18-D-0007); Gonzalez De La Garza, San Antonio, Texas (FA3020-18-D-0008); RCO-Ross Group JV, San Antonio, Texas (FA3020-18-D-0009); Waldrop Construction, Oklahoma City, Oklahoma (FA3020-18-D-0010); and Weil Construction, Albuquerque, New Mexico (FA3020-18-D-0011), have been awarded a combined cumulative face value $150,000,000 multiyear indefinite-delivery/indefinite-quantity contract. These contracts provide a contracting vehicle for Sheppard Air Force Base, Texas; and Altus AFB, Oklahoma, to expedite construction contract awards. Work will be performed at Sheppard AFB, Texas; Altus AFB, Oklahoma; Frederick Airfield, Oklahoma; and Lake Texoma Annex, Texas. The last date to order on this contract vehicle is Sept. 30, 2023. Fiscal 2018 operations and maintenance funds in the amount of $9,000 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded an $85,533,183 fixed-price-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, undefinitized contract for F-15 Advanced Display Core Processor II (ADCPII). This contract provides for the production and integration of the ADCPII boxes into the F-15 platform. Work will be performed in St. Louis, Missouri, and is expected to be completed by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2017 and 2018 procurement funds; fiscal 2018 working capital funds; and fiscal 2018 research, development, test and evaluation funds in the amount of $64,149,888 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Amec Foster Wheeler-Zapata JV, Alpharetta, Georgia (FA6643‐18‐D‐0006); Benham Mead & Hunt JV, Oklahoma City, Oklahoma (FA6643‐18‐D‐ 0007); Farnsworth & Blair Remy JV, Bloomington, Illinois (FA6643‐18‐D‐0008); HDR Engineering Inc., Omaha, Nebraska (FA6643‐18‐D‐0009); and Leo A. Daly - BTA JV, Omaha, Nebraska (FA6643‐18‐D‐ 0010), have been awarded a combined $50,000,000 indefinite‐delivery/indefinite‐quantity contract. Contractors will provide facilitates architectural and engineering service efforts to Headquarters Air Force Reserve Command (AFRC). Work will be performed throughout the AFRC command at HQ-AFRC, the various AFRC host bases, active duty bases, and tenant locations, and is expected to be completed by Sept. 26, 2023. This award is the result of a competitive, best-qualified, architect-engineer acquisition, with 22 offers received. No funds are being obligated at the time of award. Funds will be obligated on individual task orders. HQ-AFRC, Robins Air Force Base, Georgia, is the contracting activity. Calculex Inc., Las Cruces, New Mexico, has been awarded a $46,623,715 basic indefinite-delivery/indefinite-quantity contract for Air Data Recorders (ADR) and support services. The contract provides for spare equipment, support services, and improvement of ADR capabilities for use by the operational and test communities in support of the Air Force Test mission. Work will be performed in Las Cruces, New Mexico, and multiple continental U.S. military installations, and is expected to be completed by Sept. 27, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $282,795 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-18-F-2325). Alpha-Omega Change Engineering Inc., Williamsburg, Virginia, has been awarded a $44,738,911 modification (P00052) to previously awarded contract FA8621-16-C-6331 for academic and simulator formal training and continuation training for multiple mission design series. This modification provides for aircrew instruction including initial and mission qualification, refresher, upgrade, and currency; student series; contractor logistics support, concurrency management, training systems support center, courseware, and cybersecurity. This modification brings the total cumulative face value of the contract to $142,925,074. Work will be performed at Kirtland Air Force Base, New Mexico; Davis-Monthan Air Force Base, Arizona; Joint Base Andrews, Maryland; and Moody Air Force Base, Georgia, and is expected to be complete by Sept. 30, 2019. No funds are being obligated at time of award. Total Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. CAE USA Inc., Tampa, Florida, has been awarded a $32,554,415 modification (P00137) to previously awarded contract FA8223-10-C-0013. This modification exercises the fiscal 2019 option to extend the KC-135 Aircraft Training System contract, and brings the total cumulative face value of the contract to $455,435,428. Work will be performed at MacDill Air Force Base, Florida; Pittsburgh, Pennsylvania; Rickenbacker Air National Guard Base, Ohio; Grissom Air Reserve Base, Indiana; Scott Air Force Base, Illinois; Milwaukee, Wisconsin; Fairchild Air Force Base, Washington; Altus Air Force Base, Oklahoma; March Air Reserve Base, California; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; Ramstein Air Base, Germany; and Royal Air Force Mildenhall, England. Work is expected to be completed by Sept. 30, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $29,830,000 firm-fixed-price, indefinite-delivery/indefinite-quantity commercial contract for Selective Availability Anti-Spoofing Module Embedded Global Positioning System/Inertial Navigation System for Pre-Block F-16 aircraft. This contract provides for the procurement of Integrated GPS Anti-Jam Receiver 200 and GPS Embedded Module VII-2 spares with integration and engineering support and support integration with the F-16 Pre-Block 30/32 system upgrades. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Sept. 29, 2023. This award is the result of a sole-source acquisition. Fiscal 2016 and 2017 procurement funds in the amount of $17,487,296 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0017). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $28,914,642 firm-fixed-price requirements contract for the Defense Advanced Global Positioning System Receiver (DAGR). This contract provides for the production and repair of the DAGR, which provides authorized Department of Defense, federal civilian, and Foreign Military Sales users of GPS User Equipment a lightweight, hand-held, dual frequency, Selective Availability Anti-Spoofing Module-based and Precise Positioning Service receiver. Work will be performed in Cedar Rapids and Coralville, Iowa, and is expected to be complete by Sept. 26, 2023. This award is the result of a sole-source acquisition, and no funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-18-D-0018). Aerojet Rocketdyne, Canoga Park, California, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. This contract provides for the ATTAM Phase I program to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Canoga Park, California, and is expected to be completed by September 2026. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-2062). GE Aviation Systems, doing business as Dowty Propellers Inc., Sterling, Virginia, has been awarded a $19,565,172 firm-fixed-price contract for the C-130J R391 Propeller Depot Activation requirement. The contractor shall establish an organic depot repair/overhaul capability for the C-130J R391 Propeller which will include training for organic repair/overhaul capability for the line replaceable unit and shop replaceable unit. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Sept. 20, 2021. This award is the result of a sole-source commercial acquisition. Fiscal 2018 procurement funds in the amount of $19,565,172 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-18-C-0008). Raytheon Co., Woburn, Massachusetts, has been awarded a not-to-exceed $16,909,342 undefinitized contract for receiver exciter line replaceable units in support of the Ballistic Missile Early Warning System/Precision Acquisition Vehicle Entry Phased Array Weapon System. The contractor will produce and install six types of Generation 3 LRUs in various quantities. Work will be performed in Woburn, Massachusetts, and is expected to be completed by March 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $4,006,862 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-18-C-0003). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $13,500,000 firm-fixed-price contract, for engineering services. These engineering services provide all of Northrop designed platforms managed by the 424th Supply Chain Management Squadron at Tinker Air Force Base, Oklahoma. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed Sept. 26, 2023. Fiscal 2018 consolidated sustainment funds in the amount of $2,700,000 will be obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA811918D0011). Northrop Grumman Corp., Rolling Meadows, Illinois, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for LITENING Targeting Pod - Operational Flight Program software updates and/or incidental firmware and hardware. This contract provides for support integration with the F-16 Pre-Block 30/32 system capability upgrades. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by Sept. 29, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $3,100,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0013). Universal Technology Corp., Dayton, Ohio, has been awarded a $9,650,000 shared-ceiling, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research in the area of developing a spatial registration for the Material State Awareness system. This contract is to provide the most appropriate spatial/positional registration technologies for aircraft nondestructive inspection applications, and develop integrated technology capabilities at breadboard and prototype levels with necessary validation/verification and demonstration at each stage of advancement. Work will be performed in Dayton, Ohio, and is expected to be completed Dec. 27, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-5202). Texas Research Institute, Austin Inc., Austin, Texas, has been awarded a $9,650,000 shared-ceiling, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research in the area of developing a spatial registration for the Material State Awareness system. This contract is to provide real-time inspector assistance using the registration and data provided from the inspection. Work will be performed in Austin, Texas, and is expected to be completed Dec. 27, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal year 2018 research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-5290). Merex Aircraft Co., Camarillo, California, has been awarded an estimated ceiling $9,610,406 indefinite-quantity contract action for A-10 speed brake assembles and aileron trim tabs. This contract provides for spares parts. Work will be performed in Camarillo, California, and is expected to be complete by Sept. 29, 2022. This award is the result of a competitive acquisition and three offers were received. Working capital funds in the amount of $4,643,916 are being obligated at the time of award. Air Force Supply Chain, Hill Air Force Base, Utah, is the contracting activity (FA8212-18-D-0009). Hamilton Sundstrand Corp., Rockford, Illinois, has been awarded a $9,182,513 definitive contract for overhaul of 22 B-2/B-52 Common Strategic Rotary Launchers. Work will be performed in Rockford, Illinois, and is expected to be completed Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 Working Capital Funds in the amount of $9,182,513 will be obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-18-C-0007). GasTOPS, Inc., Huntsville, Alabama, has been awarded a $7,661,190 requirements contract for the Portable Debris Analyzer ChipCheck Machine. This contract provides for the procurement of 75 machines, which allow for in-the-field ability to analyze debris found in aircraft engine oil, specifically, the F-110 engine. Work will be performed in Huntsville, Alabama, and is expected to be complete by Sept. 26, 2023. This contract was the result of a sole-source Small Business Innovation Research Phase III acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-18-D-0012). Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $7,458,047 modification to contract FA8540-12-C-0004 for continuing engineering services. This contract modification provides for a sustainment depot for the Mission Data File Generator, Intermediate Level Support Equipment, Millicomputer Replacement, Operational Flight Program (OFP) and Digital Receiver Exciter OFP, as well as interfacing firmware and software support tools. The interfacing of firmware and software tools ensure corrections to deficiencies are identified during government testing and initial fielding. Work will be performed in Warner Robins, Georgia, and is expected to be completed by Dec. 12, 2019. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $5,104,668,778 fixed-price-incentive, firm target multiyear contract for construction of six DDG 51 class ships, two in fiscal 2018 and one each in fiscal 2019 through 2022. This contract includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the awarded firm multiyear ships, which, if exercised, would bring the cumulative value of this contract to $5,253,076,779. This contract includes options for construction of additional DDG 51 class ships. These options may be subject to future competitive actions in accordance with the terms and conditions of the contract, and therefore the dollar values are considered source selection sensitive information and will not be made public at this time (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104). Work will be performed in Pascagoula, Mississippi (91 percent); Erie, Pennsylvania (1 percent); and other locations below 1 percent (collectively totaling 8 percent), and is expected to be completed by April 2029. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $1,712,643,749 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Inc. and Bath Iron Works pursuant to 10 U.S. Code 2304 (c) (3) and FAR 6.302-3 (Industrial Mobilization), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2307). Bath Iron Works, Bath, Maine, is awarded a $3,904,735,559 fixed-price-incentive, firm target multiyear contract for construction of four DDG 51 class ships, one each in fiscal 2019 through 2022. This contract includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the awarded firm multiyear ships, which, if exercised, would bring the cumulative value of this contract to $4,030,194,579. This contract also includes options for construction of additional DDG 51 class ships. These options may be subject to future competitive actions in accordance with the terms and conditions of the contract, and therefore the dollar values are considered source selection sensitive information and will not be made public at this time (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104). Work will be performed in Bath, Maine (61 percent); Cincinnati, Ohio (5 percent); Atlanta, Georgia (4 percent); York, Pennsylvania (2 percent); Coatesville, Pennsylvania (2 percent); Falls Church, Virginia (2 percent); South Portland, Maine (1 percent); Walpole, Massachusetts (1 percent); Erie, Pennsylvania (1 percent); Charlottesville, Virginia (1 percent); and other locations below 1 percent (collectively totaling 20 percent), and is expected to be completed by June 2028. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $25,017,500 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Inc. and Bath Iron Works pursuant to 10 U.S. Code 2304 (c) (3) and FAR 6.302-3 (Industrial Mobilization), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2305). Raytheon Co., Tucson, Arizona, is being awarded a $482,276,572 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. This contract includes a no-cost option which, if exercised, would not change the cumulative value of the contract. This contract combines purchases for the Navy (41 percent); Army (5 percent); and the governments of Taiwan (38 percent); Saudi Arabia (9 percent); Japan (5 percent); New Zealand (1 percent); and Australia (less than 1 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Melbourne, Florida (13 percent); Louisville, Kentucky (7 percent); Williston, Vermont (6 percent); Andover, Massachusetts (6 percent); Pittsburgh, Pennsylvania (5 percent); Tempe, Arizona (5 percent); Ottobrunn, Germany (3 percent); Hauppauge, New York (3 percent); Murray, Utah (2 percent); Grand Rapids, Michigan (2 percent); Miami, Florida (2 percent); Phoenix, Arizona (2 percent); Ashburn, Virginia (2 percent); Dallas, Texas (2 percent); Huntsville, Alabama (1 percent); El Segundo, California (1 percent); Minneapolis, Minnesota (1 percent); Dayton, Ohio (1 percent); Camarillo, California (1 percent); Norcross, Georgia (1 percent); Valencia, California (1 percent); Palo Alto, California (1 percent); San Diego, California (1 percent); East Syracuse, New York (1 percent); and various locations with less than 1 percent each (30 percent). Work is expected to be completed by April 2024. Fiscal 2018 operations and maintenance (Navy); fiscal 2016, 2017 and 2018 weapons procurement (Navy); fiscal 2016, 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2017 other procurement (Army); fiscal 2018 other procurement (Navy); and all FMS funding in the amount of $415,677,070 will be obligated at time of award, and $66,599,502 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 as there is “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 (N00024-18-C-5406). Lockheed Martin Corp., Fort Worth, Texas, is awarded $315,773,716 for modification P00004 to a previously awarded fixed-price incentive firm contract (N0001918C1048) to procure support equipment for F-35 Lightning low-rate initial production Lot XI aircraft in support of the Air Force, Marine Corps, Navy, and non-Department of Defense (DoD) participants. Work will be performed in Orlando, Florida (31 percent); Redondo Beach, California (25 percent); Fort Worth, Texas (13 percent); Hartford, Connecticut (12 percent); Melbourne, Australia (8 percent); Rome, Italy (4 percent); Franklin, Ohio (4 percent); and Chatsworth, California (3 percent), and is expected to be completed in September 2023. Fiscal 2016 and 2017 aircraft procurement (Air Force); fiscal 2017 and 2018 aircraft procurement (Navy); fiscal 2018 aircraft procurement (Marine Corps); and non-DoD Participant funds in the amount of $315,773,716 are being obligated at time of award, $29,911,537 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($108,665,198; 34.41 percent); Navy ($31,062,358; 9.84 percent); Marine Corps ($5,186,434; 1.64 percent); and non-DoD participants ($170,859,726; 54.11 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $210,500,224 modification (P00006) to a previously awarded firm-fixed-price contract (N00019-16-C-0026). This modification procures fiscal 2018 Large Aircraft Infrared Countermeasures (LAIRCM) production requirements for the Navy, Air Force, Army, U.S. Special Operations Command (SOCOM), and the government of the United Kingdom. Hardware for this procurement includes weapon replaceable assemblies and support equipment: 466 Advanced Threat Warning Sensors, 15 LAIRCM Signal Processor Replacements (LSPRs), 30 Control Indicator Units, 62 Control Indicator Unit Replaceable, 114 -2103 Signal Processors, 161 Infrared Missile Warning Sensors, 245 Guardian Laser Transmitter Assemblies (GLTAs), 20 Multi-Role Electro-Optical End-to-End Test Sets, 125 GLTA Shipping Containers, 56 High Capacity Cards, 16 LSPR Smart Connector Assemblies, 381 Personal Computer Memory Card, International Association Cards, and 11 LSPR Battery Kits. Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Colombia, Maryland (3 percent); various locations within the continental U.S. (19 percent); and various locations outside the continental U.S. (3 percent), and is expected to be completed in October 2020. Fiscal 2016 aircraft procurement (Air Force); fiscal 2017 aircraft procurement (Navy and Air Force); fiscal 2018 aircraft procurement (Navy, Army, Air Force); fiscal 2018 working capital (Navy); and Foreign Military Sales (FMS) funds in the amount of $210,500,224 are obligated at time of award; $4,647,172 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($161,240,756; 77 percent); Army ($27,756,313; 13 percent); Air Force ($19,784,658; 9 percent); and the government of United Kingdom ($1,718,497; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. United Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded $209,601,517 for modification P00002 to a previously awarded advance acquisition contract (N00019-18-C-1021) for additional long-lead materials, parts, and components in support of F-35 Lightning II low-rate initial production Lot 13 propulsion systems. This modification is in support of Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in September 2021. Fiscal 2018 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD participant, and FMS funds in the amount of $209,601,517 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($73,537,179; 35 percent); Marine Corps ($35,477,475; 17 percent); Navy ($21,888,984; 10 percent); non-DoD participants ($41,929,486; 20 percent); and FMS customers ($36,768,394; 18 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., El Segundo, California, is awarded $183,486,207 for not-to-exceed undefinitized modification P00039 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0002) for the Next Generation Jammer Mid-Band (NGJ-MB) engineering and manufacturing development. This modification continues Phase 1 efforts and provides for the performance of Phase 2 structural analysis and structural design efforts related to NGJ-MB static and fatigue requirements. Phase 2 will require the final redesign efforts and the manufacturing implementation of that redesign (developed during Phases 1 and 2) into the NGJ-MB engineering development model pods to be used in system developmental testing. Additionally, Phase 2 will provide for non-recurring analysis and design activities associated with weight reduction and service life improvements to be incorporated into the NGJ-MB system demonstration test articles. Work will be performed in Forest, Mississippi (40.3 percent); El Segundo, California (32.4 percent); and Dallas, Texas (27.3 percent), and is expected to be completed in December 2021. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $23,441,571 are being 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $116,311,183 for firm-fixed-price delivery order N0001918F2048 against a previously issued basic ordering agreement (N00019-14-G-0020) for the procurement of 440 low-rate initial production 11 Generation 3 Helmet Mounted Display Systems, oxygen masks, and initial spares in support of the F-35 Lightning II aircraft for the Air Force (180); Navy (60); Marine Corps (69); non-Department of Defense (DoD) participants (119); and Foreign Military Sales (FMS) customers (12). Work will be performed in Fort Worth, Texas, and is expected to be completed in October 2020. Fiscal 2016 aircraft procurement (Air Force, Navy, and Marine Corps); fiscal 2017 aircraft procurement (Air Force and Navy); fiscal 2018 aircraft procurement (Navy and Marine Corps); non-DoD participant, and FMS funds in the amount of $116,311,183 are being obligated at time of award, $70,826,314 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($47,120,086; 40.5 percent); Navy ($15,711,725; 13.5 percent); Marine Corps ($18,944,511; 16.3 percent); non-DoD participant ($31,599,088; 27.2 percent); and FMS customers ($2,935,773; 2.5 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Textron Inc., New Orleans, Louisiana, is awarded a $98,045,961 cost-reimbursable, not-to-exceed, undefinitized modification to previously-awarded letter contract N00024-17-C-2480 for the procurement of additional long-lead-time material (LLTM) for the Ship-to-Shore Connector (SSC) program, Landing Craft, Air Cushion (LCAC) 100-class craft 109 through 112, and for the procurement of LLTM and pre-fabrication activities for LCACs 113 through 118. The SSC program is the functional replacement for the existing fleet of vehicles, which are nearing the end of their service life. It is an air cushion vehicle designed for a 30-year service life. The SSC mission is to land surface assault elements in support of operational maneuver from the sea at over-the-horizon distances while operating from amphibious ships and mobile landing platforms. SSC provides increased performance to handle current and future missions, as well as improvements which will increase craft availability and reduce total ownership cost. Work will be performed in New Orleans, Louisiana (45 percent); Cincinnati, Ohio (12 percent); Harahan, Louisiana (10 percent); Huntington Beach, California (6 percent); Eatontown, New Jersey (6 percent); Chesapeake, Virginia (5 percent); Corona, California (4 percent); Metairie, Louisiana (4 percent); Gold Beach, Oregon (3 percent); East Hartford, Connecticut (3 percent); and Riverdale, Iowa (2 percent). Work is expected to be completed by December 2021. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $13,189,830; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $60,344,640 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. Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia 23323 (N40085-18-D-1159); and WF Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build, design-bid-build construction contract for waterfront construction projects within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, repair, replacement, demolition, alteration, and/or improvements of waterfront projects and may be of either design-bid build or design-build construction strategy. Types of waterfront projects that include one or more of the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront related utilities (e.g., steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; and fire protection systems) and required staging and performing construction in or over open tidal waters from barges and/or other floating or affixed work platforms. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Crofton Construction Services Inc. is being awarded the initial task order at $7,327,275 for the Berth 18/19 Submarine Berth Repair at Norfolk Naval Shipyard, Portsmouth, Virginia. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in the NAVFAC Mid-Atlantic Hampton Roads AOR, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of August 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,347,295 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 eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. SRC Inc., North Syracuse, New York, is awarded a maximum ceiling $93,000,000 five-year, hybrid, indefinite-delivery/indefinite-quantity delivery order contract with firm-fixed-price, cost-plus-fixed-fee, and cost contract line items for the AN/TPQ-49A Lightweight Counter Mortar Radar System. The scope of work being performed is for system refresh kit installation, new system production, live fire testing, program management, initial/sustainment spares provisioning, new equipment training, technical manual production, and field service representative support. Work will be performed in North Syracuse, New York (88 percent); various countries to support Foreign Military Sales (ten percent); and Tobyhanna Army Depot, Pennsylvania (two percent), and is expected to be complete by Sept. 27, 2023. Fiscal 2018 procurement (Marine Corps) funds in the amount of $367,432 will be obligated on the first delivery order immediately following contract award and funds will not expire at the end of the current fiscal year. This contract was a sole-source award in accordance with Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements; 6.302-4, international agreement; and 6.302-6, National security. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1354). Crowley Government Services Inc., Jacksonville, Florida, is awarded a $48,746,282 modification to previously awarded contract N6238715C3135 to exercise option three for the operation and maintenance of six government-owned Marine Prepositioning Force (MPF) ships. The ships will continue to support Military Sealift Command worldwide prepositioning requirements. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2019. Working capital fund (Transportation) in the amount of $48,746,282 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on a full and open basis with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites, with seven offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Huntington Ingalls Inc. - Ingalls Shipbuilding, Pascagoula, Mississippi, was awarded a $48,532,386 cost-plus-fixed-fee contract modification for the execution of USS Fitzgerald (DDG 62) emergent repair and restoration. This effort provides for the additional collision repairs as well as maintenance and modernization of USS Fitzgerald. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $48,499,489; and fiscal 2017 other procurement (Navy) in the amount of $32,898 were obligated at time of award, and contract funds in the amount of $48,499,489 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-4444). (Awarded Sept. 25, 2018) Aretè Associates Inc.,* Northridge, California, is awarded a $40,378,366, firm-fixed-priced, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide coastal battlefield reconnaissance and analysis (COBRA) systems, COBRA program systems support, and provisioned item orders/spares for the AN/DVS-1 COBRA Block 1 System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $93,000,000. Work will be performed in Tucson, Arizona (35 percent); Destin, Florida (35 percent); and Santa Rosa, California (30 percent), and is expected to be completed by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $16,618,453 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(5), as implemented by Federal Acquisition Regulation 6.302-5(c)(2): Authorized or Required by Statutes, this is a Phase III Small Business Innovation Research (SBIR) contract award that is derived from, extends, or logically concludes efforts performed under prior SBIR contract N61331-11-C-0007. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-18-D-0012). United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded $39,266,691 for modification P00008 to a previously awarded fixed-price-incentive-firm target, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0020). This modification provides for additional long lead-time components, parts, and materials in support of Lot 13 F-35 Lightning II propulsion systems in support of the Marine Corps, Air Force, Navy; non-Department of Defense (DoD); and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in September 2021. Fiscal 2018 aircraft procurement (Marine Corps, Air Force, and Navy); non-DoD participant; and FMS funds in the amount of $30,439,813 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($29,054,685; 73.99 percent); Air Force ($582,821; 1.49 percent); Navy ($109,186; 0.28 percent); non-U.S. DoD participants ($9,228,392; 23.50 percent); and FMS customers ($291,607; 0.74 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded $36,024,134 for cost-plus-incentive-fee order N0001918F0546 against a previously issued basic ordering agreement (N00019-14-G-0019). This order provides for the development and deployment of the MH-60 product line software configuration 20 fleet release for all MH-60 air platform variants in support of the Navy, the government of Australia, and the government of Denmark. Additionally, this order includes tasking and activities associated with the development and integration of an enhanced fuel and power management capability and the integration of the form, fit, and function replacement of the multifunctional information distribution system, low volume terminal, Block 2 upgrade and associated software. Work will be performed in Owego, New York, and is expected to be completed in June 2021. Fiscal 2018 aircraft procurement (Navy); fiscal 2018 research, development, test and evaluation (Navy); and Foreign Military Sales (FMS) funds in the amount of $28,060,715 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order combines purchases for the Navy ($12,047,419; 33 percent); and FMS ($23,976,715; 67 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Harper Construction Co. Inc., San Diego, California, is awarded $34,355,931 for firm-fixed-price task order N6247318F5293 under a previously awarded multiple award construction contract (N62473-17-D-0817) for construction of Ammunition Supply Point Upgrade Phase 2 at Marine Corps Base, Camp Pendleton. The work to be performed provides for the demolition of eight existing high explosive magazines, drainage structures and existing access road. It includes the construction of nine new low rise, earth-covered, high explosive magazines with reinforced concrete walls and Portland cement concrete apron for loading and unloading purposes, reinforced concrete and earth covered roof, and reinforced concrete foundation and floor slab. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $40,375,601. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2018 military construction (Navy) contract funds in the amount of $34,355,931 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Jacobs Government Services Co., St. Louis, Missouri, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). The work to be performed provides for comprehensive architect-engineering services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design. Initial task order is being awarded at $217,648 for utility trestle and tunnel study at Naval Station Great Lakes, Great Lakes, Illinois. Work for this task order is expected to be completed by January 2019. All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Illinois (40 percent); Indiana (40 percent); and other areas within the AOR (20 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $217,648 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy); operations and maintenance, (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-8728). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $29,254,101 for firm-fixed-price delivery order N0001918F2494 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the procurement of various diminishing manufacturing sources parts to protect deliveries for future F-35 Lightning II lots. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2016 aircraft procurement (Air Force, Navy, and Marine Corps); non-Department of Defense (DoD) participant; and Foreign Military Sales (FMS) funds in the amount of $29,254,101 will be obligated at time of award, $10,589,608 of which will expire at the end of the fiscal year. This order combines purchases for the Air Force ($6,353,410; 21.72 percent); Marine Corps ($3,128,028; 10.69 percent); Navy ($1,108,170; 3.79 percent); non-DoD participants ($12,181,209; 41.64 percent); and FMS customers ($6,483,284; 22.16 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Skookum Educational Programs, Bremerton, Washington, is awarded a $29,214,362 indefinite-delivery/indefinite-quantity modification under previously awarded contract N44255-17-D-4039 for the exercise of option one for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment, and environmental services for base operations support services. After award of this option, the total cumulative contract value will be $57,045,743. Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); North Dakota (1 percent); Oregon (1 percent); South Dakota (1 percent); and Wyoming (1 percent), and is expected to be completed September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $29,214,362 for recurring work will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisition Regulation Part 8.7, Acquisition from NonProfit Agencies Employing People Who Are Blind or Severely Handicapped. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. Airtec Inc.,* California, Maryland, is awarded a $26,948,745 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for intelligence, surveillance, and reconnaissance flight hours, operations, maintenance, and as needed, development, testing and evaluation of currently integrated aircraft systems and associated ground systems in support of the Falcon-I program. Work will be performed in Bogota, Colombia (85 percent); and California, Maryland (15 percent), and is expected to be completed in September 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0058). KOAM Engineering Systems Inc., San Diego, California, is awarded a potential value $23,543,089 indefinite-delivery/indefinite quantity, cost-plus-fixed-fee contract to provide program management and engineering support services for the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Network Integration Engineering Facility. Support includes designing, engineering, production, integration, and testing of Department of Defense (DoD) command, control, communications, computers and intelligence systems. This one-year contract includes four one-year option periods which, if exercised, would bring the potential value of this contract to an estimated $123,134,353. Work will be performed in San Diego, California. The work is expected to be completed Sept. 26, 2019. If the options are exercised, the period of performance would extend through Sept. 26, 2023. No funds will be obligated at the time of award. Future efforts will obligate funds using research, development, test and evaluation (DoD); ship construction (Navy); operations and maintenance (DoD); other procurement (Navy and DoD); and Navy working capital fund. This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with three proposals received. SSC Pacific, San Diego, California, is the contracting activity (N66001-18-D-0075). PAE Applied Technologies LLC, Lexington Park, Maryland, is awarded a $17,770,204 cost-plus-fixed-fee modification to previously awarded contract N00244-14-C-0007 to exercise options for operations and maintenance services in support of the Southern California Offshore Range. Work will be performed in San Diego, California (70 percent); and San Clemente Island, California (30 percent), and is expected to be completed by March, 2019. Fiscal 2018 working capital funds (Navy) funding in the amount of $1,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. Northrop Grumman Corp. Aerospace Systems, Melbourne, Florida, is awarded $13,517,256 for cost-plus-fixed-fee delivery order N00019-18-F-0517 against a previously issued basic ordering agreement (N00019-15-G-0026) for the non-recurring engineering necessary to incorporate the E-2D Link-16 Crypto Modernization and Frequency Remapping capability by integrating the Multifunctional Information Distribution System Joint Tactical Radio System Concurrent Multi Netting 4 terminal and a low volume Link-16 High Power Amplifier into the E‑2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (89 percent); Woodland Hills, California (6 percent); Patuxent River, Maryland (3 percent); and St. Augustine. Florida (2 percent), and is expected to be completed in December 2020. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,544,967 are being obligated on this 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. Hydroid Inc., Pocasset, Massachusetts, is awarded a $12,816,907 firm-fixed-price, cost-plus-fixed-fee, cost requirements contract for the production of the bathymetry mapping system sensor suite as well as required technical support, post mission analysis tools, software licensing and spares. This contract includes options which, if exercised, would bring the cumulative value to $33,631,584. Work will be performed in Horten, Norway (85 percent); and Pocasset, Massachusetts (15 percent), and is expected to be completed by September 2019. Fiscal 2017 and 2018 other procurement (Navy) funding in the amount of $8,001,973 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Panama City Division, Florida, is the contracting activity (N61331-18-D-0015). Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded $10,810,033 for cost-plus-fixed-fee modification P00019 to a previously issued delivery order 0096 placed against basic ordering agreement N00019-12-G-0006 to procure 12 additional MV-22 Integrated Aircraft Survivability Equipment (IASE) retrofit A-Kits Block C; 12 MV-22 IASE retrofit kit installations; IASE configuration B retrofit A and B-Kit installation; and five CV-22 IASE advanced mission computer A-Kits. Work will be performed at Ridley Park, Pennsylvania (81.9 percent); Fort Walton Beach, Florida (17.7 percent); and Fort Worth, Texas (.4 percent), and is expected to be completed in August 2020. Fiscal 2018 aircraft procurement (Navy and Air Force) funds in the amount of $10,810,033 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($9,577,130; 88 percent); and Air Force ($1,232,903; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Intelligence, Information, Services, Sterling, Virginia, is awarded $10,688,510 for modification P00018 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price contract (N00019-16-C-0027) to procure MQ-8 Fire Scout unmanned air system, tactical control system 2016 Linux cyber baseline implementation of build 9 software release. Work will be performed in Dulles, Virginia, and is expected to be completed in November 2019. Fiscal 2016 and 2017 aircraft procurement; and fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,905,071 will be obligated at time of award, $629,350 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 - Interstate Electronics Corp. (IEC), Anaheim, California, is awarded $10,159,587 for modification P00008 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00030-18-C-0001) for flight test instrumentation engineering services and support. The work will be performed in Anaheim, California (56 percent); Cape Canaveral, Florida (27 percent); Washington, District of Columbia (4 percent); Kings Bay, Georgia (3 percent); Norfolk, Virginia (3 percent); Bremerton, Washington (2 percent); Laurel, Maryland (2 percent); Silverdale, Washington (2 percent); and Barrow-in-Furness, United Kingdom (1 percent), with an expected completion date of Sept. 30, 2019. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $9,217,123; and United Kingdom funds in the amount of $942,464 will be obligated on this award. Funds in the amount of $9,217,123 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. iRobot Defense Holding's Inc., Chelmsford, Massachusetts, is awarded a $10,134,415 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-15-D-0001 to exercise an option for production units, spares, consumables, engineering enhancements, and configuration management services under the Man Transportable Robotic System MK1 Robotic Systems program. The work will be performed in Chelmsford, Massachusetts, and is expected to be completed by September 2019. No contract funds are being obligated at this time. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Opportunities and Resources Inc., Wahiawa, Hawaii, is awarded a $9,631,719 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62478-16-D-2452) to exercise option two for custodial services at various locations on Oahu. The work to be performed provides for custodial services to ensure facilities are clean and sightly. The work includes, but is not limited to, emptying waste containers, low area cleaning, high area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services, and building perimeter services for approximately 545 buildings. After award of this option the total cumulative contract value will be $29,868,389. Work will be performed in Oahu, Hawaii, and this option period is from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,092,945 for recurring work will be obligated on individual task orders during the option period. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity. Provengo LLC,* Merrick, New York, is awarded a maximum ceiling $9,085,675 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 8,005 Military Ski Systems (MSS). The MSS will replace the current ski in the Marine Corps inventory and will provide the Marine Corps with a universal ski binding. Work will be performed in Merrick, New York, and is expected to be complete by September 2023. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $1,708,175 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1402). Tuva LLC,* Herndon, Virginia, is awarded an $8,999,621 firm-fixed-price contract for the purchase of 100 Mobile Training Suites (MTS) in support of Global Combat Support System-Marine Corps (GCSS-MC). The kits are a combination of equipment, software, databases, documentation, and procedures; and, will be used in the training of GCSS-MC users and key personnel in locations where network connectivity to the enterprise training environment is not available. Work will be performed in Herndon, Virginia, and is expected to be complete by Sept. 27, 2019. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $8,999,621 will be obligated at the time of award and funds will expire the end of the current fiscal year. This contract is awarded in accordance with Federal Acquisition Regulation subpart 19.8 and section 8(a) of the Small Business Act, 15 U.S. Code 637(a) as an Alaska Native Corporation. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-C-7618). Saab Defense and Security USA LLC, East Syracuse, New York, is awarded an $8,184,781 firm-fixed-price contract for research and development of an X-Band Active Aperture Array radar prototype in support of the Office of Naval Research and the Office of the Secretary of Defense Foreign Comparative Testing Program. Work will be performed in Gothenburg, Sweden (80 percent); and East Syracuse, New York (20 percent), and is expected to be completed in June 2020. Fiscal 2017 and 2018 research, development, test and evaluation (Navy and Defense) funds in the amount of $8,184,781 will be obligated at time of award, $1,000,000 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. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0693). General Dynamics Ordnance and Tactical Systems, Bothell, Washington, is awarded a $7,858,577 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for the purchase of gas generators for use in the suppression system onboard the F/A 18E/F aircrafts to protect the dry bays under the fuel tanks. This contract includes a three-year base period with no options. Work will be performed in Moses Lake, Washington, and is expected to be completed by September 2021. This effort combines purchases with procurement and ammunition (Navy and Marine Corps) funds (59.3 percent); Australian funds (23.5 percent); and Kuwait funds (17.2 percent) under the Foreign Military Sales program. Funds will in the amount of $2,266,086 will be obligated at time of award to fund the first delivery order, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Sup

  • Marines award contract for lighter, better fitting plate carrier

    28 septembre 2018 | International, Aérospatial, Naval, Terrestre

    Marines award contract for lighter, better fitting plate carrier

    By: Shawn Snow Marines will soon be getting their hands on a new lighter and better fitting plate carrier. On Wednesday, the Defense Department announced that a five-year contract of $62,612,464 was awarded to Vertical Protective Apparel LLC, a New Jersey-based company, to produce the Corps' Plate Carrier Generation III. The contract calls for a maximum of 225,886 new plate carriers over a five-year period. The Corps has been in collaboration with the Army for new lighter and better fitting plate carrier and ballistic armor since a policy update in 2016 from the Capabilities Development Directorate called for a fit update. “The legacy carrier fit the span of the Marine Corps, but this new system is more tailorable to fit Marines of various sizes with three new smaller-stature options,” Flora “Mackie” Jordan, body armor engineer for the Infantry Combat Equipment Team at Marine Corps Systems Command, said in a command release. “We wanted to give as much mobility back to Marines as possible by reducing the weight and bulk of the vest without decreasing ballistic protection. We were able to reduce the weight of the vest by 25 percent.” The Corps managed to shave an inch-and-a-half from the bottom and removed some material from the shoulders.The new fit will help lighten the load and reduce fatigue on the battlefield. The new plate carrier is "less bulky, lighter in weight, and provides a smaller overall footprint than the current plate carrier while maintaining the same soft armor coverage and protection level," Barbara Hamby, a spokeswoman for Marine Corps Systems Command, told Marine Corps Times last July, while describing a prototype of the new plate carrier. The new carrier also comes with a quick release, which will help Marines take the carrier off faster than the legacy system Marines are also amid plans to procure lighter ballistic armor. https://www.marinecorpstimes.com/news/your-marine-corps/2018/09/27/marines-award-contract-for-new-plate-carrier

  • LOCKHEED MARTIN AND FINCANTIERI MARINETTE MARINE AWARDED CONTRACT TO BUILD LITTORAL COMBAT SHIP 29

    28 septembre 2018 | International, Naval

    LOCKHEED MARTIN AND FINCANTIERI MARINETTE MARINE AWARDED CONTRACT TO BUILD LITTORAL COMBAT SHIP 29

    Construction will begin in first half of 2019 WASHINGTON, Sept. 27, 2018 – The U.S. Navy awarded the Lockheed Martin (NYSE: LMT) and Fincantieri Marinette Marine (FMM) team a fixed price incentive fee contract to build an additional Littoral Combat Ship (LCS). LCS 29 will be built in Marinette, Wisconsin, at FMM, the Midwest's only naval shipyard, and is the 15th Freedom-variant LCS ordered by the U.S. Navy to date. The team will leverage capital investment and improvement in the shipyard and efficiencies created with serial production to maintain high quality at an affordable cost. "We are excited to continue our partnership with the U.S. Navy and FMM to build and deliver increasingly capable ships to the fleet,” said Joe DePietro, vice president, Lockheed Martin Small Combatants and Ship Systems. "With the Freedom-variant in serial production, we continue to enhance efficiency, incorporate capability while maintaining ship and program affordability." Since the LCS program's inception, Freedom-variant LCS production has injected hundreds of millions of dollars into local economies throughout the Midwest. The program supports thousands of direct and indirect jobs throughout the United States, including more than 7,500 in Michigan and Wisconsin alone. The Lockheed Martin and FMM team is in full-rate production of the Freedom-variant, and has delivered seven ships to the U.S. Navy to date, including two this year – the future USS Sioux City and the future USS Wichita. There are seven ships in various stages of construction at Fincantieri Marinette Marine. Lockheed Martin's Freedom-variant LCS is highly maneuverable, lethal and adaptable. Originally designed to support focused missions such as mine warfare, anti-submarine warfare and surface warfare, the team continues to evolve capabilities based on rigorous Navy operational testing; sailor feedback and multiple successful fleet deployments. The Freedom-variant LCS integrates new technology and capability to affordably support current and future mission capability from deep water to the littorals. For additional information, visit: www.lockheedmartin.com/lcs. About Lockheed Martin Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 100,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services. This year the company received three Edison Awards for ground-breaking innovations in autonomy, satellite technology and directed energy. About Fincantieri Marinette Marine Fincantieri is the leading western shipbuilder with a rich history dating back more than 230 years, and a track record of building more than 7,000 ships. Fincantieri Marine Group is the American subsidiary of Fincantieri, and operates three Great Lakes Shipyards: Fincantieri Marinette Marine, Fincantieri Bay Shipbuilding, and Fincantieri ACE Marine. Fincantieri Marine Group's more than 2,100 steelworkers, craftsman, engineers and technicians in the United States specialize in the design, construction and maintenance of merchant ships and government vessels, including for the United States Navy and Coast Guard. About Gibbs & Cox Gibbs & Cox, the nation's leading independent maritime solutions firm specializing in naval architecture, marine engineering and design, is headquartered in Arlington, Virginia. The company, founded in 1929, has provided designs for nearly 80 percent of the current U.S. Navy surface combatant fleet; approaching 7,000 naval and commercial ships have been built to Gibbs & Cox designs. https://news.lockheedmartin.com/2018-09-27-Lockheed-Martin-and-Fincantieri-Marinette-Marine-Awarded-Contract-to-Build-LCS-29

  • Navy Awards Ingalls 6 Destroyers, Bath Iron Works 4 in Multiyear Deal; Ingalls to Build Both 2018 Ships

    28 septembre 2018 | International, Naval

    Navy Awards Ingalls 6 Destroyers, Bath Iron Works 4 in Multiyear Deal; Ingalls to Build Both 2018 Ships

    By: Megan Eckstein The Navy awarded six of its next Arleigh Burke-class destroyers to Ingalls Shipbuilding and four to General Dynamics Bath Iron Works, in a combined $9-billion purchase right at the end of the fiscal year. The two companies had been competing for work in a five-year multiyear procurement (MYP) deal that would cover at least 10 Flight III destroyers. The contracts span Fiscals Years 2018 – which ends on Sunday – through 2022. “These contract awards are further evidence of the Navy's continued delivery of lethal capacity to the nation with a sense of urgency while ensuring best value for the taxpayer,” Navy acquisition chief James Geurts said in a Navy news release. “The Navy saved $700 million for these 10 ships by using multiyear procurement contracts rather than a single year contracting approach. We also have options for an additional five DDG 51s to enable us to continue to accelerate delivery of the outstanding DDG 51 Flight III capabilities to our Naval force. We executed this competition on a quick timeline that reflects the urgency in which the Navy and our industry partners are operating to ensure we meet the demands of the National Defense Strategy.” Ingalls Industries' contract is worth $5.1 billion and covers two ships in FY 2018 and one a year in FY 2019 through 2022. It also includes options for additional ships, which may be subject to a future competition with BIW. Bath Iron Works' contract is valued at $3.9 billion and covers one ship a year in 2019 through 2022 – and none in the short-term in 2018. According to the Navy statement, “each shipbuilder's contract contains options for additional ships in FY18/19/20/21/22, providing the Navy and/or Congress flexibility to increase DDG 51 build rates above the 10 MYP ships in the Navy's FY 2018 budget request, if appropriated.” Lawmakers in the House and Senate armed services committees have pushed for faster acquisition of the destroyers, and in the FY 2018 National Defense Authorization Act they authorized the Navy to enter into a multiyear procurement contract with the two builders for as many as 15 destroyers – three a year, compared to the previous shipbuilding rate of two a year. The lawmakers on the appropriations committees only provided money to buy two ships in 2018, but they did fund three DDGs in the 2019 spending bill, which the Senate passed last week and the House passed this week. It is unclear if that third ship in FY 2019 would have to be competitively awarded or if the Navy would be allowed to select a shipyard based on schedule, performance or other factors – the contract announcement notes the options “may” be subject to a competitive process. Program officials had been mum during the competition on their acquisition strategy and how to handle options for additional ships. All the ships covered under this pair of contracts is for the Flight III configuration, which is built around the powerful AN/SPY-6(v) Air and Missile Defense Radar. “This procurement will efficiently provide Integrated Air and Missile Defense capability for our future fleet while strengthening our critical shipbuilding and defense industrial base,” DDG-51 program manager Capt. Casey Moton said in the news release. “The Navy is proud to be working alongside the dedicated shipbuilders at BIW and Ingalls to continue to deliver these warships to the fleet.” Moton told USNI News in a December 2017 interview that the contracts would be structured in such a way that additional ships – beyond the previous two-a-year rate – could be added easily if the Navy deemed it a priority in its spending request or if lawmakers wanted to add in more funding. With this contract award, the two shipyards – who, for a time after the production line had restarted remained neck-and-neck on contract awards and deliveries – will further diverge. Ingalls Shipbuilding was awarded a contract in June 2017 to begin work on its first Flight III ship, DDG-125. Two months later, Bath Iron Works was awarded a contract that would have the yard build DDG-126 with a Flight III configuration but DDG-127 in the older Flight IIA design, like the rest of the ships in the previous multiyear procurement contract. Though Navy and congressional officials would not comment while the competition was occurring, Bath Iron Works had been challenged to balance the Arleigh Burke-class program and the DDG-1000 Zumwalt-class destroyer program. Keeping DDG-127 – which Congress incrementally funded in FY 2016 and 2016 – at the Flight IIA design would help ease the yard into Flight III production. The yard will not be building any new destroyers in FY 2018, according to the contract announcement, whereas Ingalls will take on two Flight III ships. https://news.usni.org/2018/09/27/navy-awards-ingalls-6-destroyers-bath-iron-works-4-in-multiyear-deal-ingalls-to-build-both-fy-2018-ships

  • Here’s how the Corps could shave about 6 pounds off your body armor

    28 septembre 2018 | International, Aérospatial, Naval, Terrestre

    Here’s how the Corps could shave about 6 pounds off your body armor

    By: Shawn Snow The Corps is in the beginning stages of researching a new, lighter alternative ballistic body armorplate for counterinsurgency style conflicts that is nearly six pounds lighter than the legacy plates. And on Thursday, it held an industry day with 16 companies vying to produce the Corps' latest body armor. The goal is to reduce battlefield fatigue and provide commanders with flexibility on the type of armor protection they decide to carry into combat, according to Keith Pierce, the armor team lead for Infantry Combat Equipment at Marine Corps Systems Command. While the current Enhanced Small Arms Protective, or ESAPI, have been highly effective in saving lives on the battlefield, they weigh nearly a combined 15 pounds, the Corps wants to shave that down to roughly 8.6 pounds for a medium-sized Marine, Pierce said. But don't expect the ESAPI to disappear just yet. The new plates are being crafted for low intensity threat environments like the counterinsurgency style wars that have embroiled American forces for nearly 20 years. While the new plates will “defeat a preponderance of threats” in low intensity conflicts, the ESAPIs will still be “critical in some threat environments,” Pierce explained to Marine Corps Times. But the changes to the new plates are still likely to be minimal. The Corps has decided to keep the same basic shape of the ESAPI, and there's unlikely to be any major changes in materials used to construct the armor plates “The materials for plates haven't had a big tech leap,” Pierce said. “A lot of people are trying to find that next leap.” The Army recently fielded a new plate, but its relatively of the same construction as the ESAPI, according to Pierce. “There may be incremental changes ... like the ceramic improving a little bit,” Pierce explained. But Pierce said he didn't expect any major changes over the next five years. “We are looking at some unique things,” he added. A lot of data and analysis is being pored over, to include assessments of the threat environment by the intelligence community for the construction of the new plates. So far, the Corps has tested a prototype of the lighter plates and found Marines had nearly eight percent faster mobility over the heavier ESAPIs. The new plates — when combined with the new Plate Carrier Gen III system — will reduce a Marine's load burden by a total of eight to 10 pounds, according to Pierce. The Corps expects to award a contract sometime in fiscal 2019 for the lightweight plates, and fielding might kick off in 2020, Pierce said. https://www.marinecorpstimes.com/news/your-marine-corps/2018/09/27/heres-how-the-corps-wants-to-shave-about-6-pounds-off-body-armor/

  • Is this the Marine Corps' next amphibious combat vehicle?

    28 septembre 2018 | International, Naval, Terrestre

    Is this the Marine Corps' next amphibious combat vehicle?

    By: Todd South MARINE CORPS BASE QUANTICO, Va. ― The winner of a contract to develop the Marine Corps new amphibious combat vehicle, the first of its kind in four decades, showcased a potential variant that would give commanders eyes on all areas of the littoral battlefield, on-board drones and targeted hand offs to any ACV in their formations. BAE Systems guided reporters through the interior of the vehicle, on display at this year's Modern Day Marine Expo in Quantico, Virginia, on Tuesday. The variant isn't one that the Marines have yet requested, but John Swift, program director for BAE's amphibious vehicles, said the model was an effort to showcase what's possible with the new vehicle. Marines selected the BAE version earlier this year over SAIC's proposed vehicle. Swift noted that decision keeps BAE as the sole company providing such vehicles to the Corps since 1941. They've got to build 30 vehicles by the end of next summer, Swift said. Those vehicles will then go through testing before modifications and the composition of the fleet is decided. Marines want at least two variants as production begins in the next two years: a turreted assault vehicle and a command and control vehicle. As of now, the Corps' official numbers call for 704 ACVs for the fleet when full rate production begins in 2022. That number is planned to be completed within six years, Swift said. The composition of the fleet is still undecided, so the initial 30 vehicles delivered for testing will be basic platforms. But that was before an announcement reported by Defense News this week that the survivability upgrade contract for the existing AAV fleet of an estimated 392 AAVs was cancelled. The move is in line with larger National Defense Strategy aims to ramp up modernization by prioritizing money for those programs rather than legacy platforms. Marine Corps Program Executive Office for Land Systems spokesman Manny Pacheco told reporters at this week's expo that the early version, or ACV 1.1 outperformed expectations and delivery of the new vehicles would not take much longer than the planned upgrades, which could shorten the calendar. The deliveries were about six months apart, he said. Meaning that the brand-new vehicles would arrives shortly after the upgraded vehicles were planned. Swift and Pacheco said separately that the ACV 1.1 was able to both launch and recover, meaning return to ship. That wasn't an expectation until later versions, which sped up the capability development of the new vehicle, giving the Marines other options in how they would pursue modernizing the fleet. In a question and answer posting about the ACV by the Marine Corps Combat Development Command, officials at the time said they would continue the upgrade program even if the early ACV versions achieved a “self-deployable capability.” The posting noted that the upgraded AAVs will “address capability gaps that need to be closed as soon as possible.” It went on to say that the aged AAV fleet also accounts for one-third of the Corps' lift capacity and “will need to remain operationally effective in the force until their replacements are procured.” Later in production there's also interest in building a recovery ACV, Swift said.https://www.marinecorpstimes.com/news/your-marine-corps/2018/09/27/is-this-the-marine-corps-next-amphibious-combat-vehicle The new ACV has a host of differences and capabilities not on the more than 40-year-old AAVs but most immediately noticeable is it is an eight-wheeled vehicle. Gone are the treads of the tracked AAV. When asked about tire performance by reporters, Swift said that in testing the ACV was able to travel another 30 km with three debilitated tires. The same questions and answers list had several reasons for wheels over tracks: Greater mobility in complex, littoral terrain; • Increased IED protection (2X). • Reduced fuel consumption (

  • Contract Awards by US Department of Defense - September 26, 2018

    27 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 26, 2018

    AIR FORCE Lockheed Martin Corp., Littleton, Colorado, has been awarded a $1,362,089,314 contract for GPS IIIF Space Vehicles 11 and 12. This contract provides for the non-recurring engineering, space vehicle test bed and simulators, and production of GPS IIIF Space Vehicles 11 and 12 as well as options for the production of up to 22 GPS III Space Vehicles, Space Vehicle storage, and launch and on-orbit support. Work will be performed in Littleton, Colorado, and is expected to be completed by Aug. 31, 2027. This award is the result of a competitive acquisition with one solicitation mailed and one proposal received. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,152,000 are being obligated at the time of award. The Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-18-C-0009). AT&T Corp., Oakton, Virginia, has been awarded an $87,377,959 other transaction agreement to execute the enterprise information technology as a service network as a service experiment. This agreement provides for experimentation of a secure, reliable, measured, commercial data and voice network in order to enable access to Department of Defense data and applications from DoD facilities, as well as enable access for mobile and remotely located users. Work will be performed at Buckley Air Force Base, Colorado; Offutt AFB, Nebraska; and Joint Base Elmendorf Richardson, Alaska, and is expected to be completed by Sept. 30, 2021. Fiscal 2018 operations and maintenance funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-18-9-0001). Honeywell International Inc., Clearwater, Florida, has been awarded an $80,112,194 modification (P00013) to contract FA8540-13-D-0002 for Embedded Global Positioning System and Inertial Navigation System (EGI). The contract modification is to extend the current indefinite-delivery/indefinite-quantity contract, consisting of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the EGI. Work will be performed in Clearwater, Florida, and is expected to be completed by Oct. 26, 2019. This modification involves foreign military sales to India, Turkey, Singapore, Oman, Canada, Italy, Sweden, Saudi Arabia, Japan, Korea, Slovenia, Israel, Egypt, Australia, Ghana, Taiwan, Kuwait, and Iraq. No funds are being obligated at the time of award. Total cumulative face value of the contract is $565,570,194. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity Engility Corp., Andover, Massachusetts, has been awarded a $49,500,000 requirements-type, firm-fixed-price, cost-reimbursable contract for the Joint Range Extension/Joint Range Extension Tactical Equipment Package program. This contract provides software sustainment support services. Work will be performed in San Diego, California; Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed by May 27, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $3,234,886 are being obligated on the first order at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8574-18-D-0004). QuantiTech, Inc., Huntsville, Alabama, has been awarded a $47,352,975 modification (P00080) to contract FA2486-16-F-0034 for Technical and Management Advisory Services range support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Arnold AFB, Tennessee; Holloman AFB, New Mexico; Hill AFB, Utah; Wright-Patterson AFB, Ohio; Joint Base Pearl Harbor-Hickam, Hawaii; and Eielson AFB, Alaska, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research, development, test and evaluation funds; production funds; and operations and maintenance funds in the amount of $646,620 are being obligated at the time of award. Total cumulative face value of the contract is $123,653,694. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Torch Technologies Inc., Huntsville, Alabama, has been awarded a $44,456,840 modification (P00068) to contract FA2486-16-F-0030 for Technical and Management Advisory Services Armament support. The contractor will provide additional research, development, technical, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Kirkland AFB, New Mexico; and Wright-Patterson AFB, Ohio, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research and development funds in the amount of $4,980,727 are being obligated at the time of award. Total cumulative face value of the contract is $113,184,124. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, has been awarded a $38,722,467 indefinite-delivery requirements type contract for contractor logistics support of the Common Organization Level Tester System. This contract provides for program management, engineering and repair services. Work will be performed in Orlando, Florida, and is expected to be completed by Sept. 30, 2028. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $823,254 will be obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-18-D-0002). Bevilacqua Research Corp., Huntsville, Alabama, has been awarded a $36,081,359 modification (P00059) to contract FA2486-16-F-0033 for Technical and Management Advisory Services Platforms support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Duke Field, Florida; Hurlburt Field, Florida; Nellis AFB, Nevada; Tinker AFB, Oklahoma; and Edwards AFB, California, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research and development; procurement; and operations and maintenance funds in the amount of $831,385 are being obligated at the time of award. Total cumulative face value of the contract is $96,476,260. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Microsoft, Redmond, Washington, has been awarded a $34,350,473 other transaction agreement under to execute the enterprise information technology as a service network as a service experiment. This agreement provides for experimentation of a secure, reliable, measured, commercial data and voice network in order to enable access to Department of Defense data and applications from DoD facilities, as well as enable access for mobile and remotely located users. Work will be performed in Hurlburt Field, Florida; Cannon Air Force Base, New Mexico; and Maxwell AFB, Alabama, and is expected to be completed by Sept. 30, 2021. Fiscal 2018 operations and maintenance funds are being obligated at the time of award. Air Force Life. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-18-9-0002). GE Aviation Systems, doing business as Dowty Propellers Inc., Sterling, Virginia, has been awarded a $19,565,172 firm-fixed-price contract for the C-130J R391 Propeller Depot Activation requirement. The contractor shall establish an organic depot repair/overhaul capability for the C-130J R391 propeller which will include training for organic repair/overhaul capability for the line replaceable unit and shop replaceable unit. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Sept. 20, 2021. This award is the result of a sole-source commercial acquisition. Fiscal 2018 procurement funds in the amount of $19,565,172 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-18-C-0008). DCS Corp., Alexandria, Virginia, has been awarded a $16,252,479 modification (P00045) to previously awarded FA2486-16-F-0032 for Technical and Management Advisory Services Electronic Warfare support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; and Edwards Air Force Base, California, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 and 2019 research and development; procurement; and operations and maintenance funds in the amount of $2,161,841 are being obligated at the time of award. Total cumulative face value of the contract is $30,469,693. This modification involves foreign military sales to Belgium, Greece, Iraq, Korea, Morocco, NATO, Norway, Qatar, Saudi Arabia, and Taiwan. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Omni Medical Systems Inc., Colchester, Vermont, has been awarded a $15,498,493 firm-fixed-priced contract for bladder relief devices, training and six months of supplies. This contract provides for an external bladder relief device for aircrew capable of hands-free, eyes-free, seated, harnessed use in military aircraft operating at positive and negative Gs, and at high altitude. Work will be performed in Colchester, Vermont, and is expected to be completed by April 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $15,498,493 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-18-C-0034). Delaware Resource Group, Oklahoma City, Oklahoma, has been awarded a $12,675,528 firm-fixed-price contract for the Pacific Air Forces Distributed Mission Operations/Live, Synthetic and Blended Operational Training environment that allows aircrew to practice basic and emergency procedures. It also enables aircrew to experience advanced weapon-system capabilities and hone the complex skills required to operate in a contested and degraded combat environment. Work will be performed at airbases in both the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 24, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 operations and maintenance funds in the amount of $2,782,432 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (FA5215-18-C-8010). AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, has been awarded an $11,075,000 firm-fixed-price contract for Minuteman III intercontinental ballistic missile sustainment. This contract provides for 32 each of NSN 1450-01-441-4107-AH (PN 33307-40055-10), the Guided Missile Maintenance Platform. This platform is used to access both the missile and the missile silo using a hoist to allow for two individuals to access all areas to complete required maintenance. Work will be performed in Hunt Valley, Maryland, and is expected to be complete by June 26, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 procurement funds in the amount of $11,075,000 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8206-18-C-0005). CACI Inc. - Federal, Chantilly, Virginia; and Rome, New York, has been awarded a $9,709,489 cost-plus-fixed-fee contract for Cavalieri software. This contract provides for systems engineering, software development, integration, demonstration, prototyping, documentation, and testing and systems administration to deliver software tools for Space Situational Awareness and Space Battle Management Command and Control. Work will be performed in Rome, New York, and is expected to be complete by Sept. 25, 2021. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0180). Mantech Advanced Systems International, Herndon, Virginia, has been awarded a $12,918,248 cost-plus-fixed-fee contract for security support. This contract provides Sensitive Compartmented Information and Special Access Program security services to the Space and Missile Systems Center and Air Force Space Command operational units. Work will be performed at Los Angeles Air Force Base, California; Vandenberg AFB, California; Peterson AFB, Colorado; and Schriever AFB, Colorado. The work is expected to be completed by Nov. 16, 2019. This award is the result of a competitive acquisition with three offers received. Fiscal 2018 research and development funds in the amount of $10,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity (FA8819-18-C-1001). ARMY The Boeing Co., Ridley Park, Pennsylvania, was awarded a $198,927,812 firm-fixed-price contract for performance-based logistics support of the Chinook H-47 forward and aft rotor blades and associated containers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0111). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $59,856,516 modification (P00664) to contract DAAA09-98-E-0006 for construction of a fluid energy mill at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of July 31, 2021. Fiscal 2016 and 2018 Air Force; aircraft procurement, Army; and other procurement, Army funds in the amount of $59,856,516 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co., Jacksonville, Florida, was awarded a $47,901,600 firm-fixed-price contract for channel dredging in Hillsborough County, Florida. Bids were solicited via the internet with two received. Work will be performed in Tampa, Florida, with an estimated completion date of Jan. 31, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $47,901,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0028). Laboratory Corp. of America, Burlington, North Carolina, was awarded a $46,371,667 firm-fixed-price contract for clinical reference laboratory testing services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0029). C.J. Mahan Construction Company LLC, Columbus, Ohio, was awarded a $35,495,500 firm-fixed-price contract for demolition and removal of Lock and Dam 52 in Brookport, Illinois. Bids were solicited via the internet with four received. Work will be performed in Brookport, Illinois, with an estimated completion date of Dec. 14, 2020. Fiscal 2018 other procurement, Army funds in the amount of $35,495,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0033). The Boeing Co., Philadelphia, Pennsylvania, was awarded a $33,786,581 firm-fixed-price contract for cargo platform health environment kits for cargo helicopters. 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 Dec. 26, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0124). Heeter Geotechnical Construction LLC, Mount Morris, Pennsylvania, was awarded a $28,260,132 firm-fixed-price contract for construction for Kentucky lock downstream excavation. Bids were solicited via the internet with six received. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Oct. 24, 2020. Fiscal 2018 Inland Waterways Trust; and operations and maintenance funds in the amount of $28,260,132 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-18-C-0017). General Dynamics Ordnance & Tactical Systems Inc., St. Petersburg, Florida, was awarded a $19,979,953 modification (P00013) to contract W52P1J-17-C-0024 to procure 120mm M1002 new production cartridges for 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of June 30, 2020. Fiscal 2017 other procurement, Army funds in the amount of $19,979,953 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $18,076,560 firm-fixed-price contract for dredging beach-compatible sand from the sand bypass dredging area north of the Canaveral Harbor Inlet and transporting the dredged material to a designated beach placement site south of the inlet. Bids were solicited via the internet with two received. Work will be performed in Cape Canaveral, Florida, with an estimated completion date of April 30, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $18,076,560 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0029). Oak Grove Technologies LLC,* Raleigh, North Carolina, was awarded an $18,019,000 firm-fixed-price contract for squad advanced marksmanship training. Bids were solicited via the internet with six received. Work will be performed in Raleigh, North Carolina, with an estimated completion date of Sept. 25, 2023. Fiscal 2018 operations and maintenance (Army) funds in the amount of $18,019,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-18-F-0008). Marco-Z-Technology Co.,* Santa Ana, California, was awarded a $14,975,000 firm-fixed-price contract for construction of a 31,800 sq. ft., two-story academic facility. Bids were solicited via the internet with two received. Work will be performed in March Air Reserve Base, California, with an estimated completion date of May 1, 2020. Fiscal 2018 military construction funds in the amount of $14,975,000 were obligated at the time of the award. U.S. Property and Fiscal Office, California, is the contracting activity (W912LA-18-C-8004). Raytheon Co., Fort Wayne, Indiana, was awarded a $13,579,174 firm-fixed-price Foreign Military Sales (United Arab Emirates, Australia, Netherlands, Saudi Arabia and Thailand) contract to procure ARC-231 hardware. One bid was solicited with one bid received. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Jan. 31, 2021. Fiscal 2018 foreign military sales funds in the amount of $13,579,174 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-F-5021). Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded a $13,500,000 firm-fixed-price contract for licensed vocational nurse and certified nurse assistant services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0031). U.S. Ordnance,* McCarran, Nevada, was awarded a $13,499,098 firm-fixed-price contract to procure M60 weapon systems, spare barrels, conversion kits, training, and spare parts. 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. 25, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0167). Jacobs Government Services Co., Arlington, Virginia, was awarded a $10,000,000 firm-fixed-price contract for planning, design and construction phase services in support of the Department of Defense Education Activity program. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0011). Burnham Associates Inc.,* Salem, Massachusetts, was awarded a $9,375,800 firm-fixed-price contract for maintenance dredging of Plymouth Harbor. Bids were solicited via the internet with three received. Work will be performed in Plymouth, Massachusetts, with an estimated completion date of Nov. 20, 2019. Fiscal 2018 civil works funds in the amount of $9,375,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-C-0020). CACI-ISS Inc., Chantilly, Virginia, was awarded a $9,202,730 modification (P00043) to contract W15QKN-15-C-0049 for support of project management, integrated personnel and pay system-Army increment II. Work will be performed in Arlington, Virginia, with an estimated completion date of March 31, 2019. Fiscal 2018 other procurement, Army; and research, development, test and evaluation funds in the amount of $7,571,752 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. 3M Health Information Systems Inc., Murray, Utah, was awarded a $9,039,841 firm-fixed-price contract for a dictation and transcription software product. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2021. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0028). MACRO-Z-Technology Co.,* Santa Ana, California, was awarded an $8,762,000 firm-fixed-price contract for repair of vehicle wash racks. Bids were solicited via the internet with seven received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of July 2, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $8,762,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-18-C-0030). Booz Allen Hamilton Inc., McLean, Virginia, was awarded an $8,647,532 modification (P00034) to contract W15QKN-14-C-0032 for system engineering and technical assistance support services. Work will be performed in Arlington, Virginia, with an estimated completion date of March 10, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $4,846,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. G. E. Johnson Construction Company Inc., Colorado Springs, Colorado, was awarded a $7,741,573 firm-fixed-price contract for design and construction of a 3,000 sq. ft., single-story structure, and demolition of an existing approximate 2,300 sq. ft., single-story structure. Bids were solicited via the internet with one received. Work will be performed in Cascade, Colorado, with an estimated completion date of Oct. 9, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $7,741,573 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0049). Avox Systems Inc., Lancaster, New York, was awarded a $7,075,107 modification (P00008) to contract W911SR-15-C-0007 for Joint Service Aircrew Mask - Rotary Wing mask protective unit mask systems and spares. Work will be performed in Lancaster, New York, with an estimated completion date of Oct. 22, 2019. Fiscal 2018 other procurement, Army funds in the amount of $7,075,107 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. NAVY Siemens Government Technologies Inc., Arlington, Virginia, is awarded $171,543,614 for firm-fixed-price task order N3943018F9924 under a previously awarded multiple award energy savings performance contract (DE-AM36-09GO29041) for energy improvements at Naval Air Station Sigonella, Naval Station Rota, and Naval Support Activity Naples. The work to be performed provides for design and installation of the following energy conservation measures: boiler plants, chiller systems, motors, water and lighting improvements. The work also provides for performance period services consisting of measurement and verification, operations and maintenance, and repair and replacement services. Work will be performed in Naples, Italy (50 percent); Sigonella, Italy (30 percent); and Rota, Spain, (20 percent). The project is expected to be completed by October 2039. No funds will be obligated with this award, as private financing obtained by the contractor will be used for project implementation. Eight proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. EMR Inc.,* Niceville, Florida (N69450-18-D-1318); Custom Mechanical Systems Corp.,* Bargersville, Indiana (N69450-18-D-1319); Dawson Federal Inc.,* Ponte Vedra, Florida (N69450-18-D-1320); Windamir Development Inc.,* McDonough, Georgia (N69450-18-D-1321); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-18-D-1322); and Drace Anderson JV,* Ocean Springs, Mississippi (N69450-18-D-1323), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value for the five year ordering period for all six contracts combined is $99,000,000. The work to be performed provides for general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. EMR Inc. is being awarded the initial task order at $9,872,615 for the construction of K-C130J Enlisted Aircrew Training System Facility at Naval Air Station, Joint Readiness Base, Fort Worth, Texas. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed within the NAVFAC Southeast AOR which includes Texas (40 percent); Louisiana (40 percent); and Mississippi (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 military construction (Navy Reserve); and fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $9,877,615 are obligated on this award; of which $5,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction; operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 21 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Manu Kai LLC*, Honolulu, Hawaii, is awarded $90,000,000 for a bridge contract (N00604-18-D-4003) as a bridge action for previously awarded indefinite-delivery/indefinite-quantity contract (N00604-09-D-0001) with both cost-plus-award-fee and fixed-price-award fee line items for range operations support and base operations support services. This contract includes a 15-month performance period with no option periods. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work is expected to be completed by December 2019. Subject to the availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the amount of $20,000,000 will be obligated at the time of award to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1). The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with one offer received. Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity. Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded a ceiling $62,612,464 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 225,886 Plate Carrier Generation IIIs and data reports. Work will be performed in Shrewsbury, New Jersey, and is expected to be complete by September 2023. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $2,952,438 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1309). American Rheinmetall Munition Inc., Stafford, Virginia, is awarded a ceiling $59,703,284 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum of 2,135,026 MK281 MOD 3 40MM high velocity day/night practice cartridges. MK281 MOD 3 cartridges are for training Marines under day and night/low-light conditions. The MK281 MOD 3 cartridge uses a projectile containing a non-toxic chemiluminescent mixture that becomes visible upon impact at night and low-light conditions. Work will be performed in Camden, Arkansas, and is expected to be complete by Sept. 25, 2022. Fiscal 2017 procurement (Marine Corps) funds in the amount of $10,187,989; fiscal 2017 overseas contingency operations (OCO) (Marine Corps)) funds in the amount of $480,991; and, fiscal 2018 OCO operations and maintenance (Marine Corps) funds in the amount of $795,997 will be obligated on the first delivery order immediately following contract award and no funds will expire the end of the current fiscal year. This contract was awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-5225). KBRwyle Technology Solutions LLC, Jacksonville, Florida, is awarded $51,866,922 for contract modification P00045 to previously awarded contract M67004-09-D-0020. This modification increases the ceiling for prepositioning and Marine Corps logistics support services in support of Blount Island Command. Work will be performed in Jacksonville, Florida (85 percent); aboard 12 Maritime Prepositioning Ships (12 percent); Norway (2 percent); and Kuwait (1 percent). Work is expected to be completed by March 31, 2019. Fiscal 2019 operations and maintenance (Marine Corps); and fiscal 2019 overseas contingency operations appropriations in the amount of $51,866,922 will be obligated under task orders against this contract. Funds will not expire at the end of this contract year. U.S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity. M.A. Mortenson, Co., Minneapolis, Minnesota, is awarded a $50,207,000 firm-fixed-price contract for phase two repairs and improvements to the explosive handling wharf one facility at Naval Submarine Base Kings Bay. This includes the repair and/or replacement of the roof cladding and attachments, new coatings and sealants, repair of the roof ridge vents, repair of the gutters and downspouts, repair of the roof framing system, and repair of the elevated walkways, handrails and guardrails. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $95,416,000. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $50,207,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-C-0905). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $42,600,000 cost-plus-fixed-fee, firm-fixed-price modification to previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades, and modernization efforts on USS Helena (SSN 725) dry-docking selected restricted availability. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity. Work will be performed in Newport News, Virginia. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $42,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $42,058,477 fixed-price-incentive-fee, firm-fixed price, cost and cost-plus-fixed-fee contract to test, produce and deliver MK54 MOD 0 Lightweight Torpedo (LWT) array kits and related spares, production support material, engineering and hardware repair services and maintenance of government-furnished equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $335,924,292. This contract combines purchases for the Navy (51 percent); the government of Taiwan (46 percent); and Canada (3 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70 percent); and Lititz, Pennsylvania (30 percent), and is expected to be completed by September 2022. FMS and fiscal 2018 weapons procurement (Navy) funding in the amount of $42,058,477 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 one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6405). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $32,350,663 for cost-plus-fixed-fee, firm-fixed-price delivery order N0001918F1645 against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides for new Large Aircraft Infra-Red Countermeasure System Processor Replacement non-recurring engineering and 60 kits for the MV-22 and CV-22 aircraft. Work will be performed in Ridley Park, Pennsylvania (65 percent); Miramar, California (14 percent); New River, North Carolina (13 percent); Fort Worth, Texas (6 percent); St. Louis, Missouri (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in September 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $32,350,663 are being 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. BAE Systems, Land and Armaments LP, Minneapolis, Minnesota, is awarded a $28,900,000 firm-fixed-price modification to previously awarded contract N00024-13-C-5314 for the procurement of MK 41 Vertical Launching System (VLS) MK 13 MOD 0 canisters and coding plugs. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants of the Navy, as well as surface combatants of allied navies. This effort includes the manufacture, production and test of the MK 13 Mod 0 canisters, packaging handling storage equipment, and coding plugs for the Standard Missile-2. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. The canisters also serve as missile shipping and storage containers. Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by June 2021. This contract combines purchases for the governments of Japan (68 percent); Australia (22 percent); South Korea (6 percent); and Netherlands (4 percent) under the Foreign Military Sales program. Foreign military sales funding in the amount of $28,900,000 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. Huntington Ingalls Inc., Newport News, Virginia, is awarded a $26,804,899 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-2121 for continued engineering, technical, design agent, and hull planning yard services in support of the Navy's operational aircraft carrier fleet. This modification will provide for engineering and technical services in support of operational Gerald R. Ford (CVN 78) class and propulsion plant related efforts for Nimitz (CVN 68) class aircraft carriers. Work will be performed in Newport News, Virginia, and is expected to complete by September 2019. Fiscal 2018 operations and maintenance (Navy); 2018 weapons procurement (Navy); 2017 shipbuilding and conversion (Navy); and 2018 research, development, test and evaluation (Navy) funding in the amount of $9,229,624 will be obligated at contract award, and $8,604,840 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Grunley Construction Inc., Rockville, Maryland, is awarded a $25,977,000 firm-fixed-price contract for the design and construction of an Operational Archives and Research Facility at the Washington Navy Yard. The work to be performed provides for the design and construction of a complete renovation of Buildings 46 and 67 to accommodate research and collections at the Naval History and Heritage Command. The project includes upgrading the architectural, structural, electrical, mechanical and fire protection systems of each building, installation of new elevators, replacement of existing windows, and special construction features and requirements for structural premiums to support the loading dock overhead crane system. The project will also renovate Building 169 to house Naval History and Heritage Command artifacts throughout all three phases of renovations. The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $40,653,000. Work will be performed in Washington, District of Columbia, and is expected to be completed by March 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $25,977,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-18-C-0033). URS Federal Services Inc., an AECOM Co., Germantown, Maryland, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of the Naval Tactical Computer Resource (NTCR) program for the reutilization, repair, or refurbishment of legacy electronic equipment. Contract requirements also include installation of repaired NTCR equipment, incidental cable assemblies, and obsolescence management. The types of equipment being reutilized, repaired, or refurbished include: combat system displays, computer systems, peripheral systems, and videocassette tape recorders. Work will be performed in Odon, Indiana, and is expected to be completed by September 2028. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $143,749 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016418DWP41). Ensign-Bickford Aerospace and Defense, Simsbury, Connecticut, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK 165/MK 166 non-electric detonators and MK 167/168/169 delay detonators with integral firing devices in support of U.S. Special Operations Command. The detonators are used to detonate explosives for close quarter breaching, military demolition, and explosive ordnance disposal. Work will be performed in Graham, Kentucky, and is expected to be completed by September 2023. Fiscal 2018 procurement (Defense-wide) in the amount of $1,300,366 will be obligated at the 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 one offer received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JR63). BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $24,757,239 firm-fixed-price contract modification to previously-awarded contract N00024-18-C-4403 for additional growth requirements identified during the execution of USS Tortuga (LSD 46) fiscal 2018 modernization period Chief of Naval Operations-scheduled availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2019. Fiscal 2018 operations and maintenance (Navy) funding; and fiscal 2018 other procurement (Navy) funding in the amount of $24,757,239 was obligated at time of award, of which $22,557,239 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $22,496,620 blanket purchase agreement (BPA) to deliver commercial cloud services by the use of multiple cloud service providers to accelerate Navy cloud adoption. The work encompasses Infrastructure as a Service, Platform as a Service, Software as a Service, and other commercially available cloud service offerings in accordance with the Cloud Computing Security Requirements Guide at Information Impact Levels 2, 4 and 5 as defined in the National Institute of Standards and Technology Special Publication 800-145. The BPA holder shall also provide related services that enable mission owners to transition to and operate within the commercial cloud environment. This BPA includes a one-year base ordering period and four one-year optional ordering periods, which if exercised would bring the estimated cumulative value to $95,844,276. The BPA contains firm-fixed-price, time and materials, and labor hour contract line item numbers. This BPA was issued against CSRA's General Services Administration (GSA) Schedule 70 contract (GS-35F-393CA), as well as CSRA's teaming partners' schedules. CSRA responded to the request for quotation as a contractor teaming arrangement. CRSA's team members include Beyond20 (GS-35F-137AA); Carahsoft (GS-35F-0119Y); and Minburn Technology Group LLC (GS-35F-309AA). Cloud service providers include Microsoft Azure and Amazon Web Services. Additional team members and cloud service providers may be added to the BPA holder's team over the term of the agreement in response to Department of the Navy needs. Work on task orders will be performed at various locations in the United States and internationally. No funding will be obligated at the time of award. Future contract actions will be issued and funds obligated as individual task orders. This BPA wascompetitively procured with quotations solicited via GSA's eBUY Portal from all GSA Schedule 70 holders whose schedule contracts include the relevant special item numbers as specified in the performance work statement. The government received four quotations in response to the solicitation. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-18-A-0003). Leidos Innovations Corp., Gaithersburg, Maryland, is awarded a $20,987,917 cost-plus-incentive-fee, cost-plus-fixed-fee, cost only modification to previously awarded contract N00024-16-C-5202 to exercise the options for ship-installation, integrated logistic support, fleet support, and life-cycle-sustainment of the Navy's AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems. The AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. This contract is for four inter-related areas of support for the AN/SQQ-89A(V)15, logistics, installation, fleet support, and life-cycle-sustainment. Work will be performed in Chesapeake, Virginia (26 percent); Everett, Washington (23 percent); Norfolk, Virginia (19 percent); Yokosuka, Japan (14 percent); San Diego, California (13 percent); Bath, Maine (1 percent); Manassas, Virginia (1 percent); Mayport, Florida (1 percent); Pascagoula, Mississippi (1 percent); and Pearl Harbor, Hawaii (1 percent), and is expected to be completed by August 2020. Fiscal 2013, 2016, 2017, and 2018 shipbuilding and conversion (Navy); fiscal 2017 and 2018 other procurement (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $10,261,096 will be obligated at the time of award, and $75,223 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co. Integrated Defense Systems, Portsmouth, Rhode Island, is awarded a $20,038,146 firm-fixed-price modification to previously awarded contract (N00024-16-C-6423) to procure circuit card assembly kits, signal processor circuit card assembly kits, and digital processor circuit card assembly kits. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by March 2020. Fiscal 2016 special defense acquisition fund funding in the amount of $20,038,146, will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Computer Technology Associates Inc.,* Ridgecrest, California, is awarded an $18,535,563 cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract to provide programmatic support of the Advanced Weapons Laboratory's Software Management Information System applications and tools. Programmatic support applications include, but are not limited to, planning, estimation, risk management, event scheduling (including flight test events), anomaly tracking, project execution, project monitoring and control, and reporting. Work will be performed in China Lake, California, and is expected to be completed in September 2023. Fiscal 2018 working capital funds (Navy) in the amount of $3,500,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured utilizing an electronic request for proposal set aside for total small business; one proposal was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-18-D-0031). Austal, USA LLC, Mobile, Alabama, is awarded $16,459,663 for cost-plus-award-fee order N6931618F4003 against a previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services in support of work specification development, prefabrication efforts, and material procurement for the Littoral Combat Ship USS Charleston (LCS-18) post shakedown availability (PSA). The PSA is accomplished within a period of approximately 16-20 weeks between the time of ship custody transfer to the Navy and the Shipbuilding and Conversion, Navy (SCN) obligation work limiting date. Efforts will include program management, advance planning, engineering, design, prefabrication, and material kitting. Work will be performed in Mobile, Alabama (60 percent); and San Diego, California (40 percent), and is expected to be completed by August 2019. Fiscal 2014 and 2018 shipbuilding and conversion (Navy) funding in the amount of $8,550,000 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. The Boeing Co., St. Louis, Missouri, is awarded a $15,422,132 modification to previously-awarded contract N00024-13-C-6402 for air launch accessory engineering in support of the P-8A integration efforts and 14 telemetry kits for the air launch accessory of the High Altitude Anti-Submarine Warfare Weapon Capability. Work will be performed in St. Louis, Missouri, and is expected to be completed by September, 2020. Fiscal 2018 research, development, test and engineering (Navy) funding in the amount of $2,894,563 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. The Boeing Co., St. Louis, Missouri, is awarded $14,253,926 for firm-fixed-price delivery order N0001918F1652 against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides for the procurement of 53 Harpoon Block II Plus tactical missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); and various locations within the continental U.S. (3.6 percent), and is expected to be completed in December 2020. Fiscal 2018 weapons procurement (Navy) funds in the amount of $14,253,926 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Electric Aviation, Evandale, Ohio, is awarded $12,080,440 for firm-fixed-price delivery order N0042118F0121 against a previously issued basic ordering agreement (FA8122-14-G-0001) for the procurement of 1,815 main long spraybars and 265 kits that consists of the 12 main short spraybars, one ignition spraybar, and one bolt in support of F/A-18E/F/G aircraft. Work will be performed in Lynn, Massachusetts, and is expected to be completed in August 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,080,440 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Digitized Schematic Solutions LLC,** Warren, Michigan, is awarded $12,000,000 for modification P00005 to a previously awarded indefinite-delivery/indefinite quantity contract (M67854-17-D-5018) for the procurement of additional Airfield Damage Repair (ADR) kits. This modification increases the maximum contract value by $12,000,000 to $34,000,000. Work will be performed in Warren, Michigan, and is expected to be complete by Sept. 26, 2020. Fiscal 2018 procurement (Marine Corps) funds in the amount of $2,771,950 will be obligated on the first delivery order immediately following award to procure three ADR kits, and funds will not expire the end of the current fiscal year. This contract modification was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5, 15 U.S. Code 637 and 10 U.S. Code 2304 (c) (d). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-5018). IDSC Holdings LLC, doing business as Snap-On Industrial, Kenosha, Wisconsin, is awarded an $11,924,503 firm-fixed-price contract for the procurement of 1,482 different brand-name commercial hand tools and toolboxes with a total overall quantity of 158,516 items for Lot 11 low-rate initial production F-35 Lightning II aircraft in support of the Joint Strike Fighter F35A/B/C Tool Control Program. Work will be performed in Kenosha, Wisconsin, and is expected to be completed in September 2019. Fiscal 2018 operations and maintenance; fiscal 2018 working capital fund (Navy); and foreign military sales funds in the amount of $11,924,503 will be obligated at time of award, $160,164 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; one offer was received. This contract combines purchases for the Navy ($9,565,654; 80.2 percent); and the governments of Israel ($1,174,474; 9.9 percent); Japan ($777,715; 6.5 percent); and Korea ($406,660; 3.4 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0667). Gilbane Federal, Concord, California, is awarded an $11,192,881 firm-fixed-price task order N6247318F5271 under a previously awarded environmental multiple award contract (N62473-17-D-0005) for Phase IV Non-Time Critical Removal Action (NTCRA) for Solid Waste Disposal Area Westside, Installation Restoration (IR) Site 12 at Naval Station Treasure Island. The work to be performed provides for the Comprehensive Environmental Response Compensation Liability Act NTCRA at IR Site 12 at Naval Station Treasure Island, in accordance with the Performance Work Statement (PWS). The primary activities conducted under this PWS shall consist of the preparation of planning documents and perform all tasks necessary to continue the Site 12 NTCRA for chemical and radioactive contaminants in accordance with the action memo. Work will be performed in San Francisco, California, and is expected to be completed by September 2020. Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $11,192,881 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. University of California San Diego, Scripps Institution of Oceanography, La Jolla, California, is awarded $9,568,563 for modification P00005 to previously awarded cost reimbursement contract N00014-16-C-3054 for mid-life re-fit and overhaul of research vessel (R/V) Roger Revelle AGOR 24. Work will be performed in Portland, Oregon, and work is expected to be completed Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $6,437,916 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The contracting activity is the Office of Naval Research, Arlington, Virginia, is the contracting activity. Gilbane Federal, Concord, California, is awarded $9,299,640 for firm-fixed-price task order N6247318F5364 under a previously awarded environmental multiple award contract (N62473-17-D-0005) for Parcel B Radiological Characterization at Hunters Point Naval Shipyard. The work provides data to allow property transfer and support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, impacted buildings and impacted former building sites in Parcel B in accordance with the performance work statement. Work will be performed in San Francisco, California, and is expected to be completed by September 2020. Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $9,299,640 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. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. G-W Management Services LLC,* Rockville, Maryland, is awarded $8,906,365 for firm-fixed-price task order N4008018F5114 under a previously awarded multiple award construction contract (N40080-17-D-0022) for repairs to the chapel exterior at the U.S. Naval Academy complex. The work to be performed provides for safety and fall protection with work from heights and on domed surfaces; repair and replacement of copper roofing and flashing; cleaning, restoration, repair, and replacement of brick and stone masonry; lightning protection; repair and waterproofing of terrace retaining walls; repair of ornamental metals; restoration of wood windows; protective secondary windows; and incidental related work. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2019. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $8,906,365 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity. L3 Technologies Inc., doing business as L3 Communication Systems West, Salt Lake City, Utah, is awarded an $8,514,907 cost-plus-fixed-fee modification to previously awarded contract (N0016417FJ021) for a research and development effort to design, test and build high gain antenna (HGA) common data link (CDL) engineering development models and production HGA/CDL for the Maritime Patrol and Reconnaissance Aircraft (PMA-290) and Persistent Maritime Unmanned Aircraft Systems (PMA-262). Work will be performed in Salt Lake City, Utah, and is expected to be completed by January 2021. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $5,503,778 will be obligated at time of award and funding in the amount of $103,778 will expire at the end of fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. This is a 13-month bridge with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Illinois and the Republic of Korea, with an Oct. 25, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-18-D0003). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $69,726,565 performance-based modification (P00086) to a five-year base contract (SPRPA11-14-D-002U) with one five-year option period for consumable items supporting various aircraft. This is a fixed-price incentive contract. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a Sept. 16, 2019, performance completion date. Using customers are Army, Navy, Air Force and various foreign military sales countries. Types of appropriation are fiscal 2019 defense working capital and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Bethel Industries Inc.,*** Jersey City, New Jersey, has been awarded a maximum $34,907,813 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of coats. This was a competitive acquisition with 13 responses received. This is a three-year contract with no option periods. Location of performance is New Jersey, with a March, 25, 2022, estimated performance completion date. Using customer is Afghan National Army. Type of appropriation is fiscal 2018 through 2021 foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1094). The Boeing Co., St. Louis, Missouri, has been awarded a $17,350,724 firm-fixed-price delivery order (SPRPA1-18-F-KH3M) against basic ordering agreement SPE4A1-16-G-0010 for F/A-18 aircraft radomes. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a Dec. 31, 2019 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Palmdale, California, has been awarded a $9,532,773 modification (P00006) to contract SPRTA1-13-C-0151 for additional aft deck production units. This is a firm-fixed price contract. Locations of performance are California, Missouri and Arkansas, with a Sept. 20, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma. Honeywell International Inc., Tucson, Arizona, has been awarded an $8,578,415 firm-fixed-price contract for Bradley Fighting Vehicle System generators. This is a three-year contract with one 100 percent option period. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Arizona, with a Jan. 31, 2021, performance completion date. Usin

  • Simulation Software to Solve Certification Challenges in Additive Manufacturing

    26 septembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Simulation Software to Solve Certification Challenges in Additive Manufacturing

    Lindsay Bjerregaard | MRO Network Vextec is hoping to solve the challenges of certification in additive manufacturing (AM) with its predictive VPS-MICRO software for metallic component durability. According to the company, the software—which models component properties to provide a realistic look at fatigue durability and performance—is gaining traction in AM. “A lot of times the MRO industry deals with needing to build one-off parts or items from OEMs that are no longer functioning. It can be troublesome ... http://aviationweek.com/program-management-corner/simulation-software-solve-certification-challenges-additive-manufacturing

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.