Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    4378 nouvelles

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

  • Contract Awards by US Department of Defense - August 28, 2019

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

    Contract Awards by US Department of Defense - August 28, 2019

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $500,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract for Qatar Emiri Air Force (QAEF) F-15QA aircrew and maintenance training. This contract will provide F-15QA aircrew and maintenance training to support the QEAF. Work will be performed at St. Louis, Missouri, and moving to Qatar in 2021 and is expected to be completed August 2026. This is a sole-source requirement as the Boeing Co. has been country-designated as the sole-source provider for the F-15QA program, including F-15QA specific training, under the QEAF Foreign Military Sales (FMS) case QA-D-TAH. FMS funds in the amount of $262,147,569 are being obligated at the time of award. The Air Force Installation Contracting Agency/338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-A007). Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $47,959,610 delivery order (FA8504-19-F-0018) to previously awarded contract FA8504-17-D-0002 for C-130J propulsion long-term sustainment. This order provides funding for Option II. The total cumulative face value of the contract is $47,959,610. Work will be performed at Robins Air Force Base, Georgia, and other various locations supporting C-130J propulsion long-term sustainment and is expected to be completed when the last engines are delivered. Fiscal 2019 aircraft procurement funds in the amount of $47,959,610 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. NAVY Raytheon Co., Tucson, Arizona, is awarded a $349,014,465 cost-plus-incentive-fee contract for Phase 2 of the Maritime Strike Tomahawk Rapid Deployment Capability for completion of the Phase 1 design and integration efforts as well as test and evaluation. Work will be performed in Tucson, Arizona (69.3%); Dallas, Texas (6.6%); Boulder, Colorado (5.8%); Walled Lake, Michigan (3.9%); Englewood, Colorado (2.7%); Bristol, Pennsylvania (2.5%); North Logan, Utah (1.9%); Suwanee, Georgia (0.6%); and various locations within the U.S. (6.7%), and is expected to be completed in February 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $44,577,180 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0079). Reyes Construction Inc., Pomona, California, is awarded $21,899,000 for firm-fixed-price task order N62473-19-F-5131 under a previously awarded, multiple award construction contract (N62473-16-D-1804) for design-bid-build to retrofit the graving dock at Naval Base, San Diego. The work to be performed provides for the retrofit the graving dock and includes asbestos and lead base paint abatement. The project includes demolition of the graving dock concrete deck; drill, grout and install micro piles; and install new reinforcement bars and cast-in-place concrete forming the sonar pit. Project includes installation of automated in-haul system to provide more precise horizontal control and in-haul of vessels during evolutions. The in-haul system will consist of capstan at end of dry dock for in-haul and a rail on each side of the dry dock with a series of trolleys fastened to mooring lines from the vessel. Work will be performed in San Diego, California, and is expected to be completed by March 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $21,899,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Harper Construction Co. Inc., San Diego, California, is awarded $17,737,397 for firm-fixed-price task order N62473-19-F-5130 under a previously awarded, multiple award construction contract (N62473-18-D-5853) for the design-build construction of a directed energy integration laboratory at Naval Base, Ventura County. The work to be performed provides for the construction of a three-story building with laboratory and office space, site improvements, and all utilities. The options, if exercised, provide for an additional square footage of administrative space and open laboratory space. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $18,947,274. Work will be performed in Point Mugu, California, and is expected to be completed by January 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $17,737,397 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. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Teradyne Inc.,* Reading, Massachusetts, is awarded a $14,456,731 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year period of performance, to procure Enhanced Tactical Pod Tester (e-TPT). The e-TPT is a portable operational level test platform system, specifically for the AN/ALQ-99 airborne electronic warfare jamming system, found on EA-6B and EA-18G military aircraft. Work will be performed in Reading, Massachusetts, and is expected to be complete by August 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $2,594,641will be obligated at the time of contract award, and $247,571 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WS26). Advanced Technology International, Summerville, South Carolina (N00174-18-D-0009); and PAE National Security Solutions LLC, Fredericksburg, Virginia (N00174-18-D-0008), are each awarded a modification to their respective previously-awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to exercise Option Two for support services for the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Demonstration and Assessment Team. This requirement will provide support services to the Demonstration and Assessment Team for coordination of operational forces, to include warfighter workshops and other engagement activities, preparation and facilitation of technology demonstration and assessment planning and readiness meetings, and analysis and reporting of warfighting/warfighter inputs and concepts. Each task order will be competitively procured. Advanced Technology International will be awarded an $8,777,905 modification, which brings the cumulative value of this contract to $25,848,029. PAE National Security Solutions LLC will be awarded an $8,328,452 modification, which brings the cumulative value of this contract to $24,513,838. The location of the work will be determined by individual task orders and is expected to be completed by September 2022. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Wyle Laboratories Inc., Huntsville, Alabama, is awarded $8,433,703 for modification P00004 to a previously awarded cost-plus-fixed-fee, cost-reimbursable contract (N00421-17-C-0056). This modification provides program management services for the F/A-18 Foreign Military Sales (FMS) program in support of the government of Australia. Work will be performed at Patuxent River, Maryland (83%); Whidbey Island, Washington (7%); Philadelphia, Pennsylvania (4%); North Island, California (3%); Amberley, Australia (2%); and Oceana, Virginia (1%), and is expected to be completed in August 2020. FMS funds in the amount of $6,807,165 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. ARMY BAE, Kingsport, Tennessee, was awarded a $202,437,733 fixed-price-incentive contract for the production and delivery of explosives and components at Holston Army Ammunition Plant, Tennessee. 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, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0074). Parsons Government Services Inc., Pasadena, California, was awarded a $139,123,690 firm-fixed-price contract for runway repair at Bucholz Army Airfield, Kwajalein Atoll, Republic of the Marshall Islands. Bids were solicited via the internet with three received. Work will be performed in Kwajalein Atoll, Republic of the Marshall Islands, with an estimated completion date of Aug. 22, 2022. Fiscal 2018 research, development, test and evaluation funds in the amount of $139,123,690 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0005). FLIR Surveillance Inc., Wilsonville, Oregon, was awarded a $92,875,276 firm-fixed-price contract for repair and refurbishment and logistics support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0016). Korte Construction Co., St. Louis, Missouri, was awarded a $63,921,812 firm-fixed-price contract to design and build a KC-46A Depot Maintenance Hangar at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with four received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of April 30, 2022. Fiscal 2019 military construction funds in the amount of $63,921,812 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0015). Diversified Technical Systems Inc.,* Seal Beach, California, was awarded a $38,441,877 firm-fixed-price contract for the purchase of Warrior Injury Assessment Manikin anthropomorphic test devices. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 27, 2019. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0011). The Boeing Co., Mesa, Arizona, was awarded a $33,581,477 cost-plus-fixed-fee contract for non-recurring engineering design activities for integrating the Improved Turbine Engine into the AH-64E Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0054). Valiant Global Defense Services Inc., San Diego, California, was awarded a $10,645,455 hybrid (cost-no-fee and firm-fixed-price) contract for Korea Battle Simulation Center operations and wide area networking support services. Bids were solicited via the internet with one received. Work will be performed in Pyeongtaek, Republic of Korea, with an estimated completion date of March 31, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,827,976 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Republic of Korea, is the contracting activity (W91QVN-19-F-0139). DEFENSE LOGISTICS AGENCY Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $90,000,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 15-month contract with no option periods. Location of performance is the Southeast Region Zone 2 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0010). SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $77,500,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 15-month contract with no option periods. Location of performance is the Southeast Region Zone 1 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0009). A-dec Inc., Newberg, Oregon, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 88 responses received; 22 contracts have been awarded to date. Using military services are Army, Navy, Air Force and Marine Corps. Location of performance is Oregon, with an Aug. 31, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0015). Latina Boulevard Produce LLC,* Cheektowaga, New York, has been awarded a maximum $49,353,705 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Location of performance is New York, with a Feb. 27, 2024, performance completion date. Using customers are Army, Air Force and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P346). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $27,000,000 undefinitized contractual action delivery order (SPRPA1-19-F-0LB9) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for E-6B repair. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Oklahoma, with a March 1, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1946835/source/GovDelivery/

  • Swiss seek package deal of ground-based weapons, combat aircraft

    29 août 2019 | International, Terrestre

    Swiss seek package deal of ground-based weapons, combat aircraft

    By: Sebastian Sprenger COLOGNE, Germany — The Swiss government plans to make the integration of combat aircraft and ground-based air defense assets a key benchmark in its planned $8 billion Air 2030 program, according to officials. Program leaders disclosed the desire for a high degree of interplay between the two competing missile-defense offers and four possible aircraft types during a news conference in the capital Bern earlier this month. The comments reveal a new front in the selection criteria for one of Europe's most prized defense acquisitions, where the air and ground portions had always existed as separate tracks. Fear of fratricide in Switzerland's small and crowded airspace is one of two key factors driving the need for close integration between ground and aerial assets, said Swiss Air Force Col. Marco Forrer. Given the country's alpine terrain and the requirement to hit targets more than 50 kilometers away and over 12 kilometers high, official are concerned about erroneously downing civilian planes, he said. “That's why BodLuv has to be integrated into the Air Force operational picture and command-and-control network,” Forrer said, referring to the German-language acronym for the ground-based program Bodengestützte Luftverteidigung. Forrer added that a high level of integration also is crucial to keeping costs down, enabling air defenders to engage targets with greater precision and — hopefully — fewer misses. Of the total Air 2030 program, $6 billion is slated for a new fleet of aircraft, while $2 billion is budgeted for ground-based defenses. In the aerial segment, the planes in play are the Airbus Eurofighter Typhoon, the Lockheed Martin F-35, Dassault's Rafale and Boeing's F-18 Super Hornet. In the ground segment, Swiss officials are left with choosing between Raytheon's Patriot and the SAMP-T system, which is made by an MBDA-Thales consortium called Eurosam. Israel's Rafael, which was also invited to bid with its David's Sling system, never responded to the invitation, presumably following pressure by the Israeli or American governments to stay out of the race. Swiss officials have complained that they never got a straight answer explaining Rafael's abstention, and the company's non-response has left them worried about the losing an element of competition in the race that could make for lower costs. “It can have a negative impact on the competitive situation,” said Christian Catrina, who oversees Air 2030 at Switzerland's defense ministry. “We will never know if so and how strongly. We would have appreciated having three contenders.” Following a similar wave of aircraft tests in Switzerland over the spring and early summer, evaluations of the two ground-based systems, namely regarding their radar sensors, began this month. First up is the Patriot system with a two-week test, which will end Aug. 30; SAMP-T is next, beginning Sept. 16. The tests will take place at an army range near Menzingen, central Switzerland, where the Swiss operated the Bloodhound weapon system until its retirement in the late 1990s. https://www.defensenews.com/global/europe/2019/08/28/swiss-seek-package-deal-of-ground-based-weapons-combat-aircraft/

  • US Army picks 3 teams to build Infantry Squad Vehicle prototypes

    29 août 2019 | International, Terrestre

    US Army picks 3 teams to build Infantry Squad Vehicle prototypes

    By: Jen Judson WASHINGTON — The U.S. Army has picked an Oshkosh Defense and Flyer Defense LLC team, an SAIC and Polaris team, and GM Defense to competitively build Infantry Squad Vehicles intended to provide ground mobility for infantry brigade combat teams. Each industrial choice was awarded an OTA, or other transaction authority, task assignment under the National Advanced Mobility Consortium to deliver and test two prototypes each, said Steve Herrick, ground mobility vehicle product lead with the Army's Program Executive Office Combat Support & Combat Service Support, in a statement sent to Defense News. OTA is a congressionally authorized contracting mechanism meant to expedite prototyping efforts. The three received $1 million to build the vehicles and it's expected that the Army will take delivery of the prototypes on Nov. 13 at Aberdeen Test Center, Maryland. The prototypes will be evaluated in various performance, operational and characteristics tests through the end of the year and will then be transported to Fort Bragg, North Carolina, in January to be assessed by soldiers, Herrick said. Each industrial choice is expected to simultaneously deliver information to the Army on price, production and logistics. The Army will choose one vehicle for production in the second quarter of fiscal 2020 based on soldier feedback and response to a formal request for proposals leading to production. The Army Requirements Oversight Council approved an Army procurement object for 649 Infantry Squad Vehicles with an objective requirement of 2,065 ISVs in February. The ISV is intended to supplement and potentially replace vehicles the Army procured as version 1.1 of the Ground Mobility Vehicle. The ISV “is additive” to infantry brigade combat teams “and currently not planned as a replacement for current vehicles in the formation,” according to Herrick. Oshkosh and Flyer, in a way, represent the incumbent, as Flyer produced the GMV 1.1. vehicle currently fielded. Flyer Defense “is the design authority” and will lead the team in building the prototypes, according to a statement from the team. GM Defense's ISV is based on its Chevrolet Colorado midsize truck and its ZR2 and ZR2 Bison variants, according to a company statement, “supplemented with both custom and commercially available parts proven by Chevy performance engineering in more than 10,000 miles of punishing off-road development and desert racing in the Best of the Desert Racing series.” The SAIC-Polaris team is submitting the DAGOR vehicle, which “delivers off-road mobility while meeting the squad's payload demands, all within the weight and size restrictions that maximize tactical air transportability,” according to Jed Leonard, vice president of Polaris Government and Defense. The DAGOR ISV “will leverage and further enhance the already proven, production-ready solution that has been tested, certified and fielded to operational units in the U.S. Military and its Allies since 2015,” Leonard added. The prototype competition is a significant step toward a solution after years of uncertainty; the Army seemed geared toward holding a rapid competition to buy a GMV in 2016, but the plan was delayed without much explanation in favor of buying an interim vehicle already in use by special operations forces. Buying the GMV was a top priority following the fall 2015 release of the Army's Combat Vehicle Modernization Strategy, which called for such a vehicle in future and current operations. But when a competition never materialized, rumors swirled that the Army might buy more of U.S. Special Operations Command's GMVs — General Dynamics Ordnance and Tactical Systems' Flyer 72 — even after the service had spent several years testing a wide variety of commercial off-the-shelf options. The Army bought quantities of the command's vehicle for five airborne infantry brigade combat teams. Congress spurred the effort in its FY18 defense policy bill, mandating the Army hold a competition and move forward with a program. PEO CS&CSS' product lead for the GMV stated on its website that the Army planned to pursue a competition for the GMV — calling it an ISV — as a formal program of record late last year. The office also released a market survey asking for a vehicle that provides mobility for a nine-soldier infantry squad as well as associated equipment to “move around the close battle area.” The vehicle should be lightweight, highly mobile and transportable “by all means” to include CH-47 Chinook cargo helicopters, UH-60 Black Hawk utility helicopters, and via low-velocity airdrop. https://www.defensenews.com/land/2019/08/28/us-army-picks-3-teams-to-build-infantry-squad-vehicle-prototypes

  • Uncle Sam Wants YOU To Compete For Army Network Upgrade: CS 21

    28 août 2019 | Information, Terrestre

    Uncle Sam Wants YOU To Compete For Army Network Upgrade: CS 21

    By SYDNEY J. FREEDBERG JR. TECHNET AUGUSTA: No incumbent contractor should feel safe, and all comers should consider taking a shot, Army network modernization officials told me here. Even for its upgrade coming in the next few months– Capability Set 2021, aimed at infantry brigades — the service is still thrashing out which technologies to include, let alone who gets paid to build them. Subsequent biennial upgrades — Capability Set 23, CS 25, CS 27, and beyond — are even more in flux, by design, to leave room to add the latest tech. In fact, even an upgrade already being fielded to specialized communications units, the Expeditionary Signal Battalion – Enhanced (ESB-E) kit, is open to change. On the flipside, if the Army decides your product isn't ready for the upcoming upgrade cycle, or it just doesn't fit the available budget, you should still aim for the next upgrade, or the one after that. And you should take that shot ASAP, because the early work on those later upgrades has already begun. Gone are the days of a stately, deliberate, laborious acquisition process in which the Army would plan out the future in detail before going to industry. “We'd almost always guess wrong,” said Maj. Gen. David Bassett, the Program Executive Officer for Command , Control, & Communications – Tactical (PEO C3T). “Eventually we'd deliver yesterday's technology tomorrow.” That said, Bassett doesn't want to overcorrect by delivering tomorrow's technology today, before it's ready for the harsh conditions and high demands of erecting a wide-area wireless network in a war zone. “I know y'all won't believe this, but some of the things that vendors show me as mature, it turns out they're not,” Bassett snarked at the TechNet Augusta conference last week. “What we're not doing is holding up a Capability Set for any given technology. If it's ready, bring it to us. ... If it's not ready yet, look to a future Capability Set.” For any given product, he said, “we need you to help us understand ... whether you see that as something that's part of the network of '23, part of the network of '25, or whether it's something we really ought to be trying to add in to the network of '21 at the last minute.” Bassett has held industry “outreach sessions” recently in Nashville and Baltimore, with another this November in Austin. These are forums for the Army to solicit white paper proposals to solve specific problems and then award small demonstration contracts using Other Transaction Authority (OTA). Larger-scale procurement for Capability Set 21 should start in April, Bassett said. “The contracts, the logistics, the testing,” he said, “we're in the midst of that right now, so we can buy the network in '20, we can integrate and test it next summer, and we can deliver to brigades in '21.” Competition, Accelerated To test new network concepts and designs as fast as possible, the Army is using a lot of “stand-in” technology — that is, whatever is available, from existing contracts or inventory, that works well enough to run the test. But those stand-ins aren't necessarily, or even probably, the final products the Army plans to use, and their manufacturers don't have any incumbent advantage over other contenders. “Believe us when we say that we're not vendor locked and that we're going to open this up for a competitive environment in FY 20, after we decide what the final network architecture needs to be,” said Col. Garth Winterle, who works for Bassett as project manager for tactical radios. So the Army has two main messages for industry about Capability Set 2021, Winterle told me. “Be prepared for competitive procurement in FY 20,” he said, “[and] be open to providing information, including some stuff they may not share typically, like potential price points.” It's not just stand-in systems that are subject to competition and change, Winterle continued. It's also formal Programs Of Record with incumbent vendors, established contracts, and painstakingly negotiated budget lines. Even today, “all of my radio contracts are multi-vendor,” Winterle told me. That means one vendor on the contract may win the first lot of radios, but a different vendor may win the second — or the Army may bring in a new vendor that wasn't even in the initial award, all without having to redo the POR. “All Programs of Record are being compared to potential commercial systems as part of the experimentation, so if elements of [the existing] WIN-T architecture come up against new commercial that are more affordable or more affective...they have to participate in a run off,” Winterle said. “Gen. Bassett's been clear: There're no sacred cows.” Yes, large chunks of the current Warfighter Information Network – Tactical will remain in Army service for years to come, despite former Army Chief of Staff Mark Milley calling WIN-T inadequate for highly mobile high-tech war and truncating the program back in 2017. For all the Army's urgency about advancing, the service is just huge, so on any plausible budget it will take a decade to overhaul everything. The Army's target date for total modernization is 2028. But key pieces of WIN-T will be replaced much sooner, and some select units will be rid of it entirely in the near term. First up is the 50th Expeditionary Signal Battalion at Fort Bragg, which deploys teams worldwide to keep frontline units connected. The 50th ESB started turning in all its WIN-T kit this past October. Not only are all three companies within the battalion now using a new kit called ESB-Enhanced: Each company got a different version of the new equipment, which it field-tested, modified, and tested again. A council of generals approved proposed changes “at least every month,” said Col. Mark Parker, until recently the Army's capability manager for networks & services. Now, after about a dozen revisions in less than 12 months, the Army has a radically new ESB-E. That means not just new kit, but new personnel, training, organization — even a reorganized motor pool. The streamlined formation needs 18 percent fewer soldiers and half as many vehicles. It can deploy on commercial aircraft instead of heavy-duty Air Force transport — the basic network kit actually fits in the overhead bin — but it can provide communications to 60 percent more command posts. (48, up from 30). The final ESB-E design is due before the new Army Chief of Staff, Gen. James McConville, in October — a year after the first new kit was fielded — so he can decide whether to reorganize the other Expeditionary Signal Battalions across the Army on the new model. “Not all ESB-Es are going to look alike,” however, Parker told the conference. A battalion supporting the 18th Airborne Corps (as the 50th ESB-E does at Fort Bragg) might need parachute-qualified communications techs, while one supporting fast-moving armored divisions might need different ground vehicles to keep up. The Army also keeps hoping to add new technology to each ESB-E as it becomes available, Bassett told the conference. To 2028 & Beyond The way Army upgraded the Expeditionary Signal Battalion – Enhanced is preview of what it hopes to do across the force, Bassett said. That means streamlining or bypassing the traditional requirements process, and using existing contracts and authorities to get new tech to the troops fast — and then get their feedback to make it better in the next round. “We're a little late” with Capability Set 21, Bassett said frankly, because Congress didn't approve an Army request to reprogram already-appropriated funds to speed field-testing. But the Army was able to put the entire brigade architecture together in the laboratory — using stand-ins for the final product — and test it “end to end,” Winterle told me. That means sending realistic loads of both voice and data, based on real-world mission requirements, from tactical radios to satellite communications to US-based server farms. The next big step is to take the hardware into the field, with a full brigade of the 82nd Airborne Division to be field tested next year. While Bassett and his procurement professionals focus on Capability Set 21, the Army-wide Cross Functional Team for network modernization is already working on CS 23. While '21 is optimized for infantry units, '23 will take on medium-weight brigades of 8×8 armored Strykers and heavy brigades of M1 tanks and M2 Bradleys. These vehicles can carry a lot more hardware than infantry on foot, so they can field more powerful transmitters and larger antennas. But they'll really need that added power, because they can cover much more ground in a day and need to transmit signals over longer distances, without revealing their location to eavesdropping enemy electronic warfare units. By Capability Set '25, if not before, “we should be able to have constant communications where you can come up or drop off as required, depending on threat,” said the CFT's unified network lead, Col. Curtis Nowak. This ability to connect, get essential data, and then go dark to avoid detection is central to the Army's emerging concept of high-tech warfare, what's called Multi-Domain Operations. The Army's goal is to modernize the entire force to wage multi-domain operations by 2028. That's why the Army has already scheduled successive network upgrades in '21, '23, '25, and '27. But that's not the end, officials have made clear. “The reality is there will be a Capability Set '29,” Nowak told me. “We're no longer going to have a finish line.” https://breakingdefense.com/2019/08/uncle-sam-wants-you-to-compete-for-army-network-upgrade-cs-21/

  • Contract Awards by US Department of Defense - August 27, 2019

    28 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - August 27, 2019

    NAVY Southwest Construction & Property Management,* San Bruno, California (N62473-19-D-1231); Bishop Inc.,* Orange, California (N62473-19-D-1232); J. Davis Construction Management Inc.,* Oxnard, California (N62473-19-D-1233); Trumble Construction Inc., doing business as RBT Construction,* Texarkana, Texas (N62473-19-D-1234); B.C. Schmidt Construction Inc.,* Williams, California (N62473-19-D-1235); and Heffler Contracting Group,* El Cajon, California (N62473-19-D-1236), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract. The maximum dollar value including the base period and one option period for all six contracts combined is $240,000,000. The contract covers new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build of roofing systems at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. Types of roofing projects may include, but are not limited to, roof condition assessment, emergency leak response and testing for hazardous material on various roofing systems. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and heating, ventilation, air conditioning (HVAC) ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (80%); Arizona (16%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (O&M) (Navy) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. CDM Federal Programs Corp., Fairfax, Virginia, is awarded a not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract for services to support the Navy's public works business line. The work to be performed includes, but is not limited to, the following type of services: evaluate, analyze, development of plans, standard operating and maintenance procedures, and recommend improvements for utility management; utility operation and maintenance; electric and steam production; electric and steam distribution; natural gas distribution; water and wastewater treatment; water distribution; wastewater collection; utility privatization and out-sourcing; cybersecurity and control systems; advanced metering; energy management; energy security; energy and water conservation; project financing; utility regulation; utility rate making and analysis; commodity and service pricing and procurement; supply and demand practices; market design; and fuel sourcing. No task orders are being issued at this time. Work will be performed primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, and the term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2012). Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is awarded an estimated $44,308,222 indefinite-delivery/indefinite-quantity hybrid contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers. The contract is in support of Navy and other agencies' Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for installation, program management, maintenance, modernization and sustainment of RADMERC systems. The contract will also provide system security authorization support, and logistics and training services. This contract includes a five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $92,213,609. Work will be performed in various U.S. locations (80%), with work in locations outside the U.S. (20%) based on the requirement for each delivery order placed. Work is expected to be completed by August 2024. If the option is exercised, work could continue until August 2029. No funding is obligated on the contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on the first delivery order. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0006). Phoenix International Holdings Inc., Largo, Maryland, is awarded a $37,775,336 cost-plus-fixed fee bridge contract for Submarine Rescue Operations Maintenance contractor. The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the submarine rescue systems. The contractor will provide appropriate and sufficient personnel and services necessary to mobilize and operate the submarine rescue systems that support the response requirements. The contractor is responsible to ensure the Navy's submarine rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis. This contract includes one option, which, if exercised, would bring the cumulative value of this contract to $40,828,728. Work will be performed in San Diego, California, and is expected to be complete by June 2020. If the option is exercised, work will continue through August 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $2,100,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4307). DynCorp International LLC, McLean, Virginia, is awarded a $27,079,693 indefinite-delivery/indefinite-quantity contract for base operations support (BOS) services at Naval and Defense Intelligence Agency Facilities in Washington, District of Columbia; Maryland; and Virginia. The BOS services to be performed include: general information, management and administration, supply services, facility management, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and utility management, chiller plant, and transportation services. The maximum dollar value including the base period and six option periods is $173,819,122. Work will be performed in Washington, District of Columbia (54%); Maryland (32%); and Virginia (14%), and is expected to be completed by May 2026. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $23,355,530 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2013). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $25,252,703 for modification P00052 to previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee contract N00019-16-C-0004. This modification is for an F-35 Lightning II Joint Strike Fighter regional maintenance repair and upgrade facility for the Government of Japan under the Foreign Military Sales (FMS) program. Work will be performed in Nagoya, Japan (65%); Ft Worth, Texas (26%); Greenville, South Carolina (7%); Orlando, Florida (2%); and El Segundo, California (1%), and is expected to be completed no later than September 2022. FMS funds in the amount of $25,252,703 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $50,871,700 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for production, integration, fielding, and training of the Huntsman secure network radio. 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, 2022. U.S. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0041). Lockheed Martin Rotary Mission Systems, Owego, New York, was awarded a $42,734,799 hybrid (firm-fixed-price and fixed-price-incentive) domestic and Foreign Military Sales (United Kingdom) contract to procure Modernized Radar Frequency Interferometer kits and spares. One bid was solicited with one bid received. Work will be performed in Owego, New York, with an estimated completion date of July 31, 2022. Fiscal 2017, 2018 and 2019 aircraft procurement, Army and foreign military sales funds in the combined amount of $42,734,199 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0634). DLT Solutions, Herndon, Virginia, was awarded a $15,928,239 firm-fixed-price contract for the procurement of multiple Red Hat software items. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug, 23, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,928,239 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-F-0117). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,678,125 modification (P00070) to contract W56HZV-13-C-0319 for facilities modifications at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $14,678,125 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,473,340 firm-fixed-price contract for the overhaul of a minimum of the fuel control main for the CH-47 Chinook helicopter. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0640). Trident Technologies LLC,* Huntsville, Alabama, was awarded a $7,450,142 modification (0001 35) to contract W31P4Q-16-A-0018 to provide Non-Standard Rotary Wing Aircraft Project Office programmatic support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 25, 2020. Fiscal 2019 Foreign Military Sales funds in the combined amount of $7,450,142 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY BAE Systems, Nashua, New Hampshire, has been awarded a maximum $83,934,598 firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee contract for the AN/AAR-57A(V) Common Missile Warning System. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is New Hampshire, with an Aug. 26, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds; and Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0075). General Electric Co., Lynn, Massachusetts, has been awarded a $42,846,000 firm-fixed-price delivery order (SPRPA1-19-F-QH07) against a five-year basic ordering agreement (FA8122-19-G-0001) for combustion chambers. This is a 42-month contract 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. Location of performance is Massachusetts, with a Feb. 28, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Packet Forensics LLC, Virginia Beach, Virginia, was awarded a $10,000,000 modification (P00004) to previously awarded HR0011-18-C-0056 for the Defense Advanced Research Projects Agency Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) research project. The modification brings the total cumulative face value of the contract to $21,200,000 from $11,200,000. Work will be performed at Virginia Beach, Virginia, with an expected completion date of August 2020. Fiscal 2019 research and development funds in the amount of $10,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1945395/source/GovDelivery/

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

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

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

    ARMY AECOM International Inc., Neu-Isenburg, Germany (W912GB-19-D-0028); Atkins-UC JV,* Alexandria, Virginia (W912GB-19-D-0029); Exp-Onyx JV LLP, Chicago, Illinois (W912GB-19-D-0030); HDR Engineering Inc., Colorado Springs, Colorado (W912GB-19-D-0031); Jacobs Government Services Co., Arlington, Virginia (W912GB-19-D-0032); Louis Berger U.S. Inc., Washington, District of Columbia (W912GB-19-D-0033); Michael Baker-Cardno JV, Moon Township, Pennsylvania (W912GB-19-D-0034); Parsons Government Services Inc., San Antonio, Texas (W912GB-19-D-0035); and Woolpert-Black & Veatch JV, Beavercreek, Ohio (W912GB-19-D-0036), will compete for each order of the $94,500,000 firm-fixed-price contract for architect, engineering, master planning and design services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. QED Systems LLC, Aberdeen Proving Ground, Maryland, was awarded a $9,616,948 modification (P00041) to contract W15P7T-14-C-C012 for program management, engineering, logistics, business, administrative, operations and security services. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Feb. 26, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $9,616,948 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE UES Inc., Dayton, Ohio, has been awarded a $90,300,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for molecular assessment sensing technologies. This contract provides for basic, applied and advanced technology development research, as well as development and demonstration of discovery of molecular signatures of Airman performance and the operational environment and sensing of these signatures in Air Force relevant scenarios. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 31, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $2,222,857 on three task orders are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-6109). PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $19,156,738 modification to previously awarded contract FA4890-15-C0018 for the Aerial Targets Program. The contract modification provides for the exercise of an option for an additional year of service under the multiple year contract, which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group to perform developmental and operational weapons testing for all air-to-air missiles for the F-15, F-16, F-22, and F-35 aircraft. Work will be performed at Tyndall Air Force Base, Florida; and Holloman AFB, New Mexico, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being used and no funds were obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, is being awarded a $14,516,477 cost-plus-fixed-fee contract modification (P00008) to the previously awarded contract FA8806-19-C-0002 for Standard Space Trainer Mission-Specific Vendor Plug-in (MSVPs) for the Upward Early Warning Radar. The contract modification provides for future development of MSVPs. Work will be performed at Waterford, Connecticut, and is expected to be completed by July 31, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,300,000 are being obligate at time of award. Total cumulative face value of the contract is $35,209,586.00. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. NAVY Raytheon Co., El Segundo, California, is awarded $74,091,217 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00055 to a previously awarded contract (N00019-16-C-0002). This modification procures pre-operational support for the Next Generation Jammer-Mid Band pod through the completion of the engineering, manufacturing and development (EMD) phase as well as development, test and evaluation (DT&E) activities. Procured support includes organizational-level maintenance, repair, supply chain management, and material support for equipment delivered under the EMD contract, and associated peculiar support equipment/test, measurement, and diagnostic equipment to support DT&E. Work will be performed in Forest, Mississippi (39%); Dallas, Texas (35%); El Segundo, California (16%); Andover, Massachusetts (8%); and Fort Wayne, Indiana (2%), and is expected to be completed in December 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,228,948 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $44,595,146 cost-plus-incentive-fee modification to previously-awarded contract N61331-11-C-0017 for low-rate initial production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV), also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that detects and classifies undersea volume, bottom and buried mines in high-clutter environments. The Knifefish system is part of the Littoral Combat Ship Mine Countermeasures Mission Package and can also be deployed from vessels of opportunity. The low-rate initial production effort will provide the initial systems for the Navy to test and operate. Work will be performed in Quincy, Massachusetts (35%); Taunton, Massachusetts (23%); Braintree, Massachusetts (19%); a location to be determined (15%); McLeansville, North Carolina (6%); Reston, Virginia (1%); and Ann Arbor, Michigan (1%), and is expected to be completed by August 2021. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $44,595,146 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. Physical Optics Corp.,* Torrance, California, is awarded $27,230,891 for modification P00012 to previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-17-C-0078) in support of F/A-18E/F and EA-18G aircraft for the Navy and the government of Kuwait. This modification exercises an option for data transfer unit production support, 160 data transfer units, 160 ground data transfer units, 14 maintenance access cables, 600 mission data transfer devices, and 459 maintenance data transfer devices in support of the Navy's F/A-18 E/F and EA-18G program. In addition, this option exercise procures 37 data transfer units, 35 ground data transfer units, 11 maintenance access cables, 122 mission data transfer devices, and 90 maintenance data transfer devices in support of the Kuwait Super Hornet program. Work will be performed in Torrance, California, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds 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 ($22,334,109; 82%); and the government of Kuwait ($4,896,782; 18%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $13,495,999 for modification P00020 to previously awarded firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00019-15-D-0026. This modification provides for contractor-owned and operated Type IV supersonic aircraft for airborne threat simulation capabilities in support of the Contracted Air Services Program. Work will be performed in Newport News, Virginia (44%); Point Mugu, California (37%); and various locations outside the continental U.S. (19%), and is expected to be completed in May 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $9,938,480 for modification 004502 to a previously issued delivery order 0045 placed against a basic ordering agreement (N00019-15-G-0026). This modification procures eight E-2C compatible AN/APX-122A Mode 5/S interrogators for the government of Japan. Work will be performed in Greenlawn, New York (82%); and Melbourne, Florida (18%), and is expected to be completed in September 2023. Foreign military sales funds in the amount of $9,938,480 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY C.E. Niehoff & Co.,* Evanston, Illinois, has been awarded a maximum $11,806,163 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engine air conditioner generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Illinois, with an Aug. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0152). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1944232/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 23, 2019

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

    Contract Awards by US Department of Defense - August 23, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $2,426,326,544 for modification P00002 to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0015 F-35 Lightning II Joint Strike Fighter initial spares for the Marine Corps, Navy, Air Force, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Spares to be procured include global spares packages, base spares packages, deployment spares packages, afloat spares packages and associated consumables. Work will be performed in Fort Worth, Texas (24.4%); El Segundo, California (9.1%); Owego, New York (8.6%); Samlesbury, United Kingdom (7.2%); Cheltenham, United Kingdom (6.2%); Nashua, New Hampshire (5.8%); Torrance, California (5.5%); Orlando, Florida (4.9%); Cedar Rapids, Iowa (3.7%); San Diego, California (3.6%); Phoenix, Arizona (3.1%); Melbourne, Florida (3.1%); Irvine, California (2.5%); North Amityville, New York (2.4%); Windsor Locks, Connecticut (2.2%); Baltimore, Maryland (2.2%); Papendrect, The Netherlands (1.9%); Rolling Meadows, Illinois (1.8%); and Alpharetta, Georgia (1.8%). All orders are expected to be placed no later than December 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $1,077,009,532 fixed-price-incentive modification to previously awarded contract N00024-19-C-2235 for the procurement of detail design and construction of Expeditionary Sea Base (ESB) 6 and ESB 7, as well as definitization of ESB 6 long lead time material, pre-production and engineering support. Work will be performed in, San Diego, California (57.9%); Pittsburgh, Pennsylvania (6.0%); Santa Fe, California (5.9%); Beloit, Wisconsin (4.8%); Crozet, Virginia (4.5%); Mexicali, Mexico (3.1%); and various other locations, each accounting for less than 2% (17.8%), and is expected to be complete by January 2025. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,626,008,493, and be complete by January 2025. Fiscal 2019 and 2018 shipbuilding and conversion (Navy) funding in the amount of $1,004,317,973 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 U.S. Code 2304(c) (1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Caterpillar Defense, Peoria, Illinois, is awarded a $54,000,000 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task order for the Service Life Extension Program (SLEP) supporting the Navy's expeditionary force fleet of Caterpillar Heavy Construction Civil Engineering Support Equipment (CESE) at Naval Base Ventura County, Port Hueneme, California. The purpose of this contract is to provide a SLEP for the heavy construction CESE (motorized and non-motorized), special military construction and commercial support equipment, mineral products and plant facility equipment and power production equipment to support the Navy and other Department of Defense components worldwide. This contract contains an option which, if exercised, will bring the contract value to $65,000,000. Work will be performed in Port Hueneme, California; and Gulfport, Mississippi, installations, and is expected to be completed August 2020. If the option is completed, work will continue through February 2025. Funds will be obligated on individual task orders as they are issued. Task orders will be funded by fiscal 2019 other procurement (Navy) funds. Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-19-D-2123). RAFAEL Advanced Defense Systems Ltd., Haifa, Israel, is awarded a $13,336,344 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for intermediate level and depot level test equipment, spare parts, fixturing, repairs, training, engineering services and material support services to establish organic U.S. government I-Level and D-Level Toplite family of electro-optic sights. Work will be performed in Haifa, Israel, and is expected to be complete by August 2024. Fiscal 2019 weapons procurement (Navy) funding in the amount of $4,407,485 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract is awarded on a sole-source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ77). ARMY Raytheon Co., McKinney, Texas, was awarded a $534,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Horizontal Technology Integration Second Generation Forward Looking Infrared (2GF) Commander's Independent Thermal Viewer (CITV), azimuth drive assemblies, azimuth drive armor caps and rings, spares, and engineering 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 Aug. 23, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0015). MD Helicopters Inc., Mesa, Arizona, was awarded a $50,440,584 modification (P00024) to Foreign Military Sales (Afghanistan) contract W58RGZ-17-C-0038 for logistics support for the Afghanistan Air Force MD-530F aircraft fleet. Work will be performed in Kabul, Afghanistan; and Mesa, Arizona, with an estimated completion date of May 31, 2020. Fiscal 2019 and 2020 Afghanistan Security Forces, Army funds in the amount of $50,440,584 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Black & Veatch Special Projects Corp., Overland Park, Kansas (W912DY-19-D-0014); AECOM Services Inc., Boston, Massachusetts (W912DY-19-D-0015); and Zapata Group Inc., Charlotte, North Carolina (W912DY-19-D-0016), will compete for each order of the $49,000,000 firm-fixed-price contract for architectural and engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 22, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $9,800,000 firm-fixed-price contract for pre-design investigation and design services for the Bureau of Indian Affairs, San Carlos Irrigation Project, power transmission infrastructure improvements located in Coolidge, Arizona. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 22, 2024. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-D-0009). WASHINGTON HEADQUARTERS SERVICES Signature Renovations LLC, Capital Heights, Maryland, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract. The work to be performed provides various design-build/bid-build construction services at the Pentagon and the surrounding Pentagon Reservation. No funds will be obligated at time of award. Fiscal 2019 Pentagon Reservation Maintenance Revolving Fund will be obligated on individual task orders issued during the contract period. Work performance will take place in Arlington, Virginia. The expected completion date is Aug. 23, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0018). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Science Applications International Corp., McLean, Virginia, has been awarded a maximum $48,000,000 modification (P00087) exercising the second two-year option period of a three-year base contract (SPE5EY-14-D-0562) with two two-year option periods and one three-year option period for supply chain management of industrial hardware used in aviation maintenance, repair and overhaul. This is a firm-fixed-price with economic-price-adjustment, indefinite-quantity contract. Locations of performance are Virginia, North Carolina, Florida and California, with a Sept. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. B&H International LLC,* Bakersfield, California, has been awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for computer subassemblies in support of the Warfighter Information Network-Tactical Increment 2 system. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1) as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is California, with an Aug. 22, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-19-D-0071). AIR FORCE Booz Allen Hamilton, McLean, Virginia, has been awarded an $8,004,263 modification (P00005) to contract FA4890-17-F-3042 for Cyber Command readiness inspection. This contract will support at 15 U.S. Air Force bases in the continental U.S. The contract modification provides for the exercise of an option for an additional year of cyber security support services under the multiple year contract. Work will be performed in accordance with the performance work statement and is expected to be completed by Sept. 24, 2020. Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Next Century Corp.,* Annapolis Junction, Maryland, has been awarded a $7,607,221 cost-plus-fixed-fee/completion type contract for Multimodal Open Interfaces for Reasoning by Artificial Intelligence software prototype system. This contract provides for an integrated platform that hosts algorithms developed by Technical Area 1 (TA1) and TA2 Knowledge-directed Artificial Intelligence Reasoning Over Schemas performers. Work will be performed in Falls Church, Virginia, and is expected to be completed by May 22, 2024. This award is the result of a competitive acquisition and 35 offers were received. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-19-C-0105). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1943009/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 22, 2019

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

    Contract Awards by US Department of Defense - August 22, 2019

    NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $90,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego, and Marine Corps Air Station, Miramar. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2626). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $64,838,526 cost-plus-incentive-fee contract for the Strategic Weapon System Fire Control Subsystem hardware, associated deliverables, and spares for production efforts supporting the second hull of the United Kingdom (U.K.) Dreadnought Class ballistic missile submarines, nuclear, recently named as HMS Valiant, and the U.K. Software Facility. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed Aug. 22, 2025. United Kingdom funds in the amount of $7,570,000 will be obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded on a sole-source basis to General Dynamics Mission Systems in accordance with 10 U.S. Code 2304 (c)(4) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio (N69450-19-D-0517); CORE Engineering & Construction Inc.,* Winter Park, Florida (N69450-19-D-0514); Healtheon Inc.,* New Orleans, Louisiana (N69450-19-D-0515); OAC Action Construction Corp.,* Miami, Florida (N69450-19-D-0518); Optimum Construction,* Lafayette, Louisiana (N69450-19-D-0516); and Signature Renovations LLC,* Loretto, Tennessee (N69450-19-D-0513), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contract for construction projects located within the Naval Support Activity (NSA) Mid-South area of responsibility. The maximum dollar value for the five-year ordering period for all six contracts combined is $45,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovations, alterations, demolition, roofing, repair work), including industrial infrastructure, administrative, training, dormitory and community support facilities. Signature Renovations LLC is awarded the initial task order at $234,859 for Building 789, chiller equipment upgrades, located at NSA Mid-South, Millington, Tennessee. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in Tennessee. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance Navy (O&M, N) contract funds in the amount of $239,859 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $44,454,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for UHF/VHF standard rack mounted receiver/transmitter radios and accessories to replace out-of-date, non-upgradable radios currently deployed at tactical training ranges worldwide in support of the Systems Replacement and Modernization Program. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by August 2024. Fiscal 2019 working capital funds (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,689,585 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 Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0006). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $34,872,647 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for up to 505,560 man-hours of technical, engineering, operations and maintenance support for communication-electronic equipment/systems and subsystems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed at various locations outside the continental U.S. (90%); and California, Maryland (10%), and is expected to be completed in August 2024. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0077). Raytheon Co., Intelligence, Information and Services, Indianapolis, Indiana, is awarded a $29,919,648 cost-plus-fixed-fee order (N00421-19-F-0531) against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for the procurement of V-22 Software Support Activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations to include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2021. Fiscal 2017 and 2019 aircraft procurement (Navy); fiscal 2019 aircraft procurement (Air Force); fiscal 2018 and 2019 research, development, test and evaluation (Navy); and fiscal 2019 operation and maintenance (Air Force and Defense Wide) funds in the amount of $29,919,648 will be obligated at time of award, $13,464,417 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($17,456,960; 58%); the Air Force ($10,847,531; 36%); and the Department of Defense ($1,615,157; 6%). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $23,664,866 for modification P00017 to previously issued order 0025 placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for engineering, logistics, and program management of F/A-18A-D, E/F, and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $5,822,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. I.E.-Pacific Inc.,* Escondido, California, is awarded $13,231,000 for firm-fixed-price task order N62473-19-F-5136 under a previously awarded multiple award construction contract (N62473-17-D-4628) for construction of a supply warehouse and administrative facility at Marine Corps Base, Camp Pendleton. The work to be performed provides for construction of a new supply warehouse facility with administrative spaces that will consolidate all supply and administrative support functions for the School of Infantry, West, into one building. In addition, the project will construct an outdoor covered training structure to support and conduct training of personnel for assembly and equipment issuance. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $13,332,316. Work will be performed in Oceanside, California, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $13,231,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $11,456,209 for firm-fixed-price task order N62473-19-F-5115 under a previously awarded multiple award contract (N62473-17-D-4635) for construction of a satellite fire emergency response station in Area 27 of Marine Corps Base, Camp Pendleton. The building square footage should not exceed 15,285 square feet. The fire station is anticipated as a single-story building constructed with concrete masonry unit exterior bearing walls, concrete slabs, foundations and a steel frame supported standing seam metal roof. The complex will include administrative spaces, living quarters, changing areas, showers, laundry rooms, training facilities, storage spaces, a fitness room, kitchen/dining/day room facilities, a covered patio, bathrooms, maintenance areas, storage areas and vehicle apparatus bays. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $11,490,362. Work will be performed at Camp Pendleton, California, and is expected to be completed by June 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $11,456,209 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Insight Pacific LLC,* Brea, California, is awarded $8,577,620 for firm-fixed-price task order N62478-19-F-4209 under a previously awarded multiple award construction contract (N62478-18-D-4026) for repair and maintenance of pumps at Joint Base Pearl Harbor-Hickam. The work on Main Pumps 3 and 4 at Dry Dock 4 includes disassembly, removal, main pump overhaul, motor cleaning/repair rewind and reinstallation. The work will also include the repair/replacement of the pump thrust bearings, shaft, shaft couplings and sleeves, bearing supports, piping, baffle plates, hydraulic blade angle systems and controls, oil head and the complete removal and reinstallation of the existing pump impellers. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2021. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $8,577,620 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Raytheon Co., Tucson, Arizona, is awarded $7,229,582 for cost-plus-fixed-fee delivery order N00019-19-F-4153 against a previously issued basic ordering agreement (N00019-15-G-0003) in support of the Maritime Strike Tomahawk (MST) Rapid Deployment Capability. This delivery order provides for an updated technical data package of the guidance test set, upgrade of existing units to support the MST upgrades, including hardware, software. Work will be performed in Tucson, Arizona (85.2%); Logan, Utah (14%); and various locations within the continental U.S. (0.8%), and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,229,582 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Phoenix Textile Corp., O'Fallon, Missouri, has been awarded a maximum $42,261,856 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Missouri, with an Aug. 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0006). CORRECTION: The contract announced on Aug. 15, 2019, for Sysco Alabama, Calera, Alabama (SPE300-19-D-3234), for $37,893,960, was announced with an incorrect award date. The correct award date is Aug. 20, 2019. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY The University of Southern California, Marina del Rey, California, was awarded a $19,843,137 cost-no-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Marina del Rey, California; Arlington, Virginia; and Columbia, Maryland, with an expected completion date of August 2023. Fiscal 2019 research, development, test and evaluation funding in the amount of $2,905,000 are being obligated at time of award. This contract was a competitive acquisition under a broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0084). ARMY Weeks Marine Inc., Covington, Louisiana, was awarded an $8,385,050 firm-fixed-price contract for furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. One bid was solicited with one bid received. Work will be performed in Lafourche, Louisiana, with an estimated completion date of Jan. 7, 2020. Fiscal 2019 operations and maintenance, Recovery Act, civil funds in the amount of $8,385,050 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0061). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1941859/source/GovDelivery/

  • Rowan University Project Will Develop Composite Materials Used to Protect Soldiers

    27 août 2019 | International, Terrestre

    Rowan University Project Will Develop Composite Materials Used to Protect Soldiers

    By Kimberly Hoodin Rowan University will lead a $14.5 million Department of Defense/Army Research Lab project to create new composite materials – and ways to process those materials – that will help modernize the Army and improve the safety of soldiers in the field. The project, titled “Advancing Structural Materials for Army Modernization Priorities via Direct-Write Approaches,” will be led by researchers from Rowan University teamed with PPG, Drexel University, Northeastern University and the University of Massachusetts Amherst to create new advanced composite and plastic materials and ways to process them. The project is driven by a cooperative agreement with the U.S. Army Combat Capabilities Development Command Army Research Laboratory. The team will work on developing innovative materials by using “cold-spray” advanced manufacturing technologies. The work will focus on polymers, starting with polystyrene, then move on to more advanced composite materials and systems, as designated by the Army. “The high particle velocity of cold spray enables rapid cure and adhesion of polymers. This should result in the fast and efficient production of high-performance composite parts or repair of parts,” said John La Scala, associate chief the ARL's Materials and Manufacturing Sciences Division and cooperative agreement manager for the research program. “Additionally, this novel manufacturing methodology is a layer-by-layer production of composites, which should reduce void and flaw content. This should improve strength and durability significantly, thereby opening the potential of using this manufacturing technique to prepare composites for extreme conditions, while replacing the current expensive manufacturing methods with a much more economical methodology.” Researchers hope to develop materials to be used for making military equipment stronger and lighter, soldiers more agile and vehicles more durable. Longer-term, the team sees the potential for use of the materials in the fields of civil aviation, automotive, health care and space exploration. “We will work to make materials more quickly, to make them better and easier to repair offsite and, importantly, onsite in the field,” Dr. Joe Stanzione, associate professor of chemical engineering at Rowan University said. “That includes everything from parts for tanks and jeeps, to usable tools, and helmets.” http://compositesmanufacturingmagazine.com/2019/08/rowan-university-project-will-develop-composite-materials-used-to-protect-soldiers/

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.