Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    4378 nouvelles

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

  • La Russie devient le deuxième producteur d’armes au monde

    10 décembre 2018 | International, Terrestre

    La Russie devient le deuxième producteur d’armes au monde

    Le Monde avec AFP La Russie s'est hissée au deuxième rang des pays producteurs d'armes en 2017 derrière les Etats-Unis, une place jusque-là occupée par le Royaume-Uni, selon un rapport de l'Institut de recherche sur la paix internationale de Stockholm (Sipri) publié lundi 10 décembre. « Les entreprises russes connaissent une croissance significative de leurs ventes d'armes depuis 2011 », a expliqué le chercheur Siemon Wezeman, dans un communiqué. Elles représentaient 9,5 % des ventes des cent plus gros producteurs mondiaux en 2017 avec un chiffre d'affaires de 37,7 milliards de dollars (33 milliards d'euros), en progression de 8,5 % par rapport à 2016, selon le rapport. « Ceci est conforme à l'augmentation des dépenses de la Russie en matière d'achat d'armes pour moderniser ses forces armées », a ajouté le chercheur. En septembre, le pays a par ailleurs conduit les plus vastes manœuvres militaires de son histoire en Extrême-Orient, dénoncées par l'Organisation du traité de l'Atlantique nord (OTAN) comme la répétition d'un « conflit de grande ampleur ». Les Etats-Unis largement en tête La deuxième place du classement était occupée, depuis 2002, par le Royaume-Uni, rétrogradé au troisième rang (9 % de la production mondiale). La France conserve la quatrième place (5,3 % de la production) et les Etats-Unis restent largement en tête. A eux seuls, les producteurs américains représentaient 57 % du total des ventes mondiales en 2017, avec quarante-deux entreprises dans le top 100 pour un chiffre d'affaires cumulé de 226,6 milliards de dollars (environ 198 milliards d'euros). « Les entreprises américaines bénéficient directement de la demande constante d'armes du ministère de la défense [des Etats-Unis] », a expliqué Aude Fleurant, directrice du programme de recherche sur l'armement et les dépenses militaires. article complet: https://www.lemonde.fr/international/article/2018/12/10/la-russie-devient-le-deuxieme-producteur-d-armes-au-monde_5394967_3210.html

  • Contract Awards by US Department of Defense - December 6, 2018

    7 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 6, 2018

    AIR FORCE Northrop Grumman Amherst Systems, Buffalo, New York, has been awarded a $450,000,000 indefinite-delivery/indefinite-quantity contract for U.S. agencies (Air Force, Navy, etc.); and Foreign Military Sales countries for Joint Threat Emitter production end-items, spares, support equipment, testing, training, etc. Work will be performed in Buffalo, New York, and various contiguous U.S. and outside the continental U.S. locations, and is expected to be completed by Dec. 5, 2025. This contract involves foreign military sales to U.S. partner countries. This award is the result of a competitive acquisition and one offer was received. Fiscal 2018 other procurement funds in the amount of $9,150,318 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-19-D-0001). The Boeing Co., Seattle, Washington, has been awarded a $158,950,309 firm-fixed-price modification (P00003) to contract FA8609-18-F-0006 for one KC-46A Japan aircraft. This modification provides for the exercise of an option for an additional quantity of one aircraft being produced under the basic contract. Work will be performed in Seattle and is expected to be completed by June 30, 2021. This modification involves foreign military sales to Japan. Total cumulative face value of the contract is $449,375,855. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. The Boeing Co., Oklahoma City, Oklahoma, has been awarded a sustainment order (FA8134-19-F-0001) with an estimated amount of $75,000,000 to previously awarded indefinite-delivery/indefinite-quantity contract FA8106-16-D-0002 for E-4B sustainment support. The order will provide contractor logistic support services. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska, and San Antonio, Texas, with an expected completion date of Nov. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $57,188,079 are obligated at time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. (Awarded Nov. 30, 2018) Dayton Power and Light Co., Dayton, Ohio, has been awarded a $28,179,453 modification (P00001) to contract FA8601-18-C-0010 to exercise Option One for electricity services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 31, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio is the contracting activity. Raytheon Co., Marlborough, Massachusetts, has been awarded a $10,722,437, cost-plus-fixed-fee contract for the Force Element Terminal Risk Reduction effort. The contract will deliver risk reduction studies, analyses, and demonstrations related to Raytheon's Advanced Extremely High Frequency Airborne Military Satellite Communication product line. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by Aug. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $3,959,991 are being obligated at the time of award. Air Force Life Cycle Management Center, Hansom Air Force Base, Massachusetts, is the contracting activity (FA8705-19-C-0005). The Boeing Co., El Segundo, California, has been awarded a $10,361,265 modification (P00034) to contract FA8823-15-C-0002 for services required to ensure continued Wideband Global Satellite Communication operations and logistics sustainment support. The contract modification is for the exercise of Option Period Four. Work will be performed at Schriever Air Force Base, Colorado; El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed Dec. 31, 2019. Fiscal 2019 operations and maintenance funds in the amount of $10,361,265 will be obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. Cloud Lake Technology, Herndon, Virginia, has been awarded an $8,875,620 modification (P00012) to contract FA8075-17-C-0002 for Information Analysis Center Program Management Office (IAC PMO) support. IAC PMO support services provides program management analysis, acquisition management, operations analysis, financial analysis, process improvement, strategic communications and performance measurement support. This modification provides for the exercise of an option for additional services under the basic contract, and brings the total cumulative face value of the contract to $21,870,362. Work will be performed at Fort Belvoir, Virginia, and is expected to be completed by March 31, 2020. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $2,904,150 are being obligated at the time of award. Air Force Installation Contracting Agency, Offutt Air Force Base, Nebraska, is the contracting activity. CORRECTION: The Nov. 14, 2018, announcement that Kaman Precision Products Inc., Orlando, Florida; and Middletown, Connecticut, was awarded a $52,026,000 firm-fixed-price modification (P00009) to contract FA8681-18-C-0009 for Joint Programmable Fuzes was incorrect. The contract was actually awarded Dec. 3, 2018. ARMY General Dynamics - Ordnance and Tactical Systems, Garland, Texas, was awarded a $264,767,596 firm-fixed-price contract for MK80 and BLU-109 Tritonal bomb components. Bids were solicited with one received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0015). RIPTIDE Software Inc.,* Oviedo, Florida, was awarded a $103,221,000 hybrid (cost, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price) contract for the OneSAF system. Bids were solicited with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 5, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0003). L3 Communications Security and Detection Systems, Woburn, Massachusetts, was awarded an $83,942,786 firm-fixed-price contract for manufacturing, delivering and supporting the AN/PSS-14. 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 Nov. 20, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0001). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $58,088,134 firm-fixed-price contract for procurement of expedited active protection systems mounting kits and ballast kits to support the Abrams M1A2 battle tank. One bid was solicited with one bid received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of June 30, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $12,739,706 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0038). Weeks Marine Inc., Covington, Louisiana, was awarded a $12,787,500 firm-fixed-price contract for dredging. Bids were solicited with one received. Work will be performed in Plaquemines Parish, Louisiana, with an estimated completion date of May 26, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $12,787,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0010). Tetra Tech-Maytag Aircraft Corp. J, Pasadena, California, was awarded a $9,043,009 modification (P00002) to contract W912DY-18-F-0056 for maintenance and repair of equipment. Work will be performed in Twenty Nine Palms, California; Bremerton, Washington; Barstow, California; Ridgecrest, California; El Centro, California; Fallon, Nevada; Lemoore, California; Port Orchard, Washington; Coronado, California; San Diego, California; Arlington, Washington; Everett, Washington; Bridgeport, California; Oceanside, California; Naval Air Station Point Mugu, California; Oak Harbor, Washington; San Clemente Island, California; San Nicholas Island, California; and Yuma, Arizona, with an estimated completion date of Dec. 30, 2019. Fiscal 2019 Defense Working Capital funds in the amount of $9,043,009 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Broadway Electric Inc.,* Elk Grove Village, Illinois, was awarded a $7,173,000 firm-fixed-price contract for removing generators, paralleling switchgear, and replacing feeders. Bids were solicited with three received. Work will be performed in Battle Creek, Michigan, with an estimated completion date of Dec. 18, 2019. Fiscal 2015, 2018 and 2019 Economy Act Reimbursable funds in the amount of $7,173,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-19-C-0002). Eastman Aggregate Enterprises LLC,* Lake Worth, Florida, was awarded a $7,864,771 firm-fixed-price contract for flood control and coastal emergency beach erosion control. Bids were solicited with two received. Work will be performed in Broward County, Florida, with an estimated completion date of April 29, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $7,864,771 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0006). NAVY BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $140,354,780 modification to exercise options for the fixed-price-incentive (firm target) Contract Line Item Numbers (CLIN) 3001, 3002, and 3003 portions of a previously awarded contract (M67854-16-C-0006). This modification is for the purchase of 30 Amphibious Combat Vehicles and associated production, fielding and support costs. Work will be performed in York, Pennsylvania (85 percent); and Aiken, South Carolina (15 percent), and is expected to be completed in August 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $140,354,780 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 with proposals solicited via the Federal Business Opportunities website. The option CLINs were included within that contract and are being exercised in accordance with FAR 52.217-7 option for increased quantity-separately priced line item. The U.S. Marine Corps' Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006). Emprise Corp. LLC, Ledyard, Connecticut, was awarded a $96,470,026 firm-fixed-price level of effort with a five-year ordering period for Shipboard Automated Maintenance Management Systems (SAMM). Engineering services in this contract will assist Military Sealift Command (MSC) afloat and ashore operations. The engineering maintenance management systems consist of both afloat and ashore systems with various modules and functions that work together to optimize MSC maintenance programs. SAMM is required for shipboard personnel to document maintenance performed on MSC vessels and record daily machinery operational data. The system also provides a consistent maintenance plan for the MSC fleet. This engineering system is a recurring requirement, which will allow MSC to continuously achieve interoperability and maintain and sustain fleet operations. Work will be performed in Norfolk, Virginia, and work is expected to be completed Dec. 9, 2023. This contract will be funded with Fiscal 2018 working capital funds (Navy and U.S. Transportation Command) funds in the amount of $10,000,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, having one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519D1001). (Awarded Dec. 5, 2018) BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded a $78,847,897 firm-fixed-price contract for the execution of the USS Shoup (DDG 86) fiscal 2019 Depot Modernization Period Availability (DMP). This availability will include a combination of maintenance, modernization and repair of USS Shoup. This is a Chief of Naval Operations-scheduled DMP. The purpose is to maintain, modernize and repair USS Shoup. This is a “long-term” availability and was competed on a coastwide (west coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization for USS Shoup. This contract includes options which, if exercised, would bring the cumulative value of this contract to $87,672,675. Work will be performed in San Diego, California, and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $59,836,401; and fiscal 2019 other procurement (Navy) funding in the amount of $19,011,496 will be obligated at time of award, and $59,836,400 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation N00024-18-R-4407. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407). (Awarded Dec. 3, 2018) L-3 Communications Vertex Aerospace LLC., Madison, Mississippi, was awarded a $21,845,138 modification (P00035) to a previously awarded firm-fixed-price, cost-reimbursable, labor hour, indefinite-delivery, indefinite-quantity contract (N00019-13-D-0007). This modification increases the ceiling and extends the period of performance to provide contractor logistics services and materials for organizational and depot-level services required to support and maintain the TH-57 fleet. Work will be performed in Milton, Florida, and is expected to be completed in January 2019. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Teledyne Wireless LLC, a Teledyne Microwave Solutions Company, Rancho Cordova, California, is awarded an $8,243,062 firm-fixed-price, cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract in support of evaluation, minor repair and manufacture of 10kW traveling wave tubes; manufacture of 13kW traveling wave tubes; government-furnished equipment maintenance for traveling wave tubes; and incidental engineering services. Work will be performed in Rancho Cordova, California, and is expected to be completed by November 2023. This work is to support subcomponents of the Aegis Combat System. The traveling wave tube design was developed by Teledyne Wireless LLC, who has proprietary design rights for the 10kW and 13kW traveling wave tubes. Fiscal 2018 other procurement (Navy) funding in the amount of $196,276 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 Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP83). Black Construction/Mace International JV, Harmon, Guam, is awarded firm-fixed-price task order N4008419F4086 for $27,350,842 under a multiple award construction contract for the design build repair of Unaccompanied Personnel Housing (UPH) -13 and UPH-17 at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for repairs to the building components and utility systems which are old and increasingly deteriorated. The work will also address life safety and energy deficiencies which have begun to generate intensive maintenance and reliability concerns. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by August 2023. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $27,350,842 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Far East, Yokosuka, Japan, is the contracting activity (N40084-18-D-0066). DEFENSE LOGISTICS AGENCY Creation Gardens Inc.,* Louisville, Kentucky, has been awarded a maximum $49,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 36-month contract with no option periods. Locations of performance are Kentucky and Indiana, with a Dec. 4, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P344). Heart and Core LLC, Minnetonka, Minnesota, has been awarded a maximum $7,920,000 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-1018) with four one-year option periods for moisture wicking T-shirts. This is an indefinite-delivery contract. Locations of performance are California and Minnesota, with a Dec. 15, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1707044/

  • Contract Awards by US Department of Defense - December 4, 2018

    7 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 4, 2018

    NAVY Astro Mechanical Contractors Inc.,* El Cajon, California (N62473-19-D-2416); Heffler Contracting Group,* El Cajon, California (N62473-19-D-2417); Public Works Contractor Inc., doing business as PWC Inc.,* Spring Valley, California (N62473-19-D-2418); Souza Construction Inc.,* Farmersville, California (N62473-19-D-2419); Ja'nus Ventilation and Mechanical Inc.,* Lakeside, California (N62473-19-D-2420); and Able Heating and Air Conditioning Inc.,* Chula Vista, California (N62473-19-D-2421), are each awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair by design-bid, of heating, ventilation, and air conditioning (HVAC) system projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including a two-year base period and one three-year option period for all six contracts combined is $200,000,000. The work to be performed provides for new construction, renovation, and repair within the North American Industry Classification System code 238220, by design-build, of HVAC system projects. Types of projects may include, but are not limited to: boiler/chiller plants; digital direct controls or energy management control system; HVAC equipment energy optimization; commissioning and retro commissioning; distribution systems including, supply and return air systems, ventilation and exhaust systems, steam, glycol, medical gas, refrigerant, heating hot water and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; energy supply including oil, gas, steam, heating hot and chilled water distribution systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing. Astro Mechanical Contractors Inc., is being awarded the initial project task order at $1,618,230 to repair HVAC system in H60 Simulator Facility, Naval Base Coronado (NBC) Building 352 at NBC, San Diego. Work for this task order is expected to be completed by Dec. 19, 2019. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $1,618,230 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); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement 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 contracts. The NAVFAC Southwest, San Diego, California, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $46,167,531 cost-plus-fixed- fee modification to a previously awarded contract (N00024-18-C-4321) for non-nuclear repair services required to support submarine maintenance. The services under this contract are for non-nuclear repair services required to support submarine overhauls, maintenance, repair and modernization upgrades; ship alterations, temporary modifications and field changes; supplies and/or ancillary services and corrective and preventative maintenance. Work will be performed in New London, Connecticut, and is expected to be completed by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $10,100,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Groton, Connecticut, is the contracting activity. Rockwell Collins Government Systems, Cedar Rapids, Iowa, is awarded $10,815,536 for modification P00002 to a firm-fixed-price delivery order (N0042118F0891) against a previously issued basic ordering agreement (N00421-17-G-0003). This delivery order provides fiscal 2019 funding for the Modern Transmission Security and Tactical Secure Voice Suite B, Cryptographic Equipment Application integration for the ARC-210 RT-1939A(C), RT-1990A(C) and RT-2036(C) radios in support of multiple aircraft platforms. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,815,536 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $10,782,772 cost-plus-fixed-fee contract modification to previously awarded contract N00024-12-C-4323 for long lead time material procurement and management services for CG-65 and CG-69. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for lifetime support of both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be complete by August 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $10,782,772 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. Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $7,078,327 firm-fixed-price modification to previously-awarded contract N00024-14-C-6227 to exercise options for the production of low-cost conformal arrays. Work will be performed in Liverpool, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent), and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $6,778,327; and fiscal 2019 other procurement (Navy) funding in the amount of $300,000 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. ARMY AAI Corp., doing business as Textron, Hunt Valley, Maryland, was awarded a $152,707,618 modification (P00080) to contract W911QY-17-C-0013 for logistics services. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 29, 2020. Fiscal 2019 other procurement, Army; and operations and maintenance, Army funds in the amount of $27,935,533 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $26,718,824 option (002620) to a previously awarded contract (FA8620-15-G-4040) for MQ-9 contractor logistics support phase three. The contractor will provide an additional period of contractor logistics support for the French Air Force. Work will be performed in Poway, California, and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to France. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contract activity. General Electric (GE) Aviation, Cincinnati, Ohio, has been awarded an $11,116,525 firm-fixed-price contract for engineering and technical services in support of the following engines: F-16 F110-GE-100, A-10 TF-34, KC-135 F-108, B-1 F118, E-6B F108, T700-401C, J85-21B, F110, F16 C/D, F/A-18 and F110-GE-129. This contract provides for on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the GE Aviation equipment/systems to the level of self-sufficiency. Work will be performed at Buckley Air Force Base, Colorado; Baltimore, Maryland; Springfield, Illinois; Tinker AFB, Oklahoma; Naval Air Station North Island, California; Marine Corps Base Camp Pendleton, California; Isa Air Base, Bahrain; Cairo West AB, Egypt; Engine Depot, Israel; Ahmed al Jaber AB; Kuwait and Daegu AB, South Korea, and is expected to be completed by Dec. 31, 2020. This contract is the result of a sole-source acquisition. This contract involves 41.6 percent foreign military sales (FMS) to Israel; Egypt; Bahrain; South Korea, and Kuwait. Fiscal 2019 operations and maintenance funds in the amount of $5,000,000; and fiscal 2019 FMS funds in the amount of $1,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-19-D-8004). L-3 Technologies Inc., Williamsport, Pennsylvania, has been awarded a $7,795,473 firm-fixed price requirements contract for E-3 sustainment. This contract provides for repair and overhaul of E-3 electron tubes. Work will be performed in Williamsport, Pennsylvania, and is expected to be completed by June 5, 2024. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Funds will be obligated upon issuance of delivery orders. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-19-D-0008). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY Yellowfin Transportation, Shawnee, Kansas (HE1254-19-D-2001), is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amount of $8,570,866. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven-month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) CG Logistics, Ridgeland, Mississippi (HE1254-19-D-2002); is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amounts of $8,848,772. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) WASHINGTON HEADQUARTERS SERVICES NetCentrics Corp., Herndon, Virginia, was awarded an $8,156,810 time and material, labor-hours, and firm-fixed-price contract modification. The contract was to obtain Joint Service Provider information technology service delivery support services for Washington Headquarters Services (WHS); the Office of the Secretary of Defense; Pentagon Force Protection Agency; and the WHS-supported organizations. Work performance will take place in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $8,156,810 are being obligated on this award. The expected completion date is May 30, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0008). (Awarded Nov. 29, 2018) *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1705364/

  • The Army wants a self-directed combat vehicle to engage enemies

    7 décembre 2018 | International, Terrestre, C4ISR

    The Army wants a self-directed combat vehicle to engage enemies

    By: Adam Stone While the commercial world tiptoes toward the notion of a self-driving car, the military is charging forward with efforts to make autonomy a defining characteristic of the battlefield. Guided by artificial intelligence, the next-generation combat vehicle now in development will have a range of autonomous capabilities. Researchers at Army's Communications-Electronics Research, Development and Engineering Center (CERDEC) foresee these capabilities as a driving force in future combat. “Because it is autonomous, it can be out in front to find and engage the enemy while the soldiers remain safely in the rear,” said Osie David, chief engineer for CERDEC's mission command capabilities division. “It can draw fire and shoot back while allowing soldiers to increase their standoff distance.” Slated to come online in 2026, the next-gen combat vehicle won't be entirely self-driving. Rather, it will likely include a combination of autonomous and human-operated systems. To realize this vision, though, researchers will have to overcome a number of technical hurdles. Getting to autonomy An autonomous system would need to have reliable access to an information network in order to receive commands and relay intel to human operators. CERDEC's present work includes an effort to ensure such connections. “We need resilient comms in really radical environments — urban, desert, trees and forests. All those require new and different types of signal technologies and communications protocols,” David said. Developers also are thinking about the navigation. How would autonomous vehicles find their way in a combat environment in which adversaries could deny or degrade GPS signals? “Our role in this is to provide assured localization,” said Dr. Adam Schofield, integration systems branch chief for the positioning, navigation and timing (PNT) division. In order for autonomous systems to navigate successfully, they've got to know where they are. If they rely solely on GPS, and that signal gets compromised, “that can severely degrade the mission and the operational effectiveness,” he said. CERDEC, therefore, is developing ways to ensure that autonomous systems can find their way, using LIDAR, visual cues and a range of other detection mechanisms to supplement GPS. “We want to use all the sensors that are on there to support PNT,” Schofield said. In one scenario, for example, the combat vehicle might turn to an unmanned air asset for ISR data in order to keep itself oriented. “As that UAV goes ahead, maybe it can get a better position fix in support of that autonomous vehicle,” he said. Even as researchers work out the details around comms and navigation, they also are looking to advances in artificial intelligence, or AI, to further empower autonomy. The AI edge AI will likely be a critical component in any self-directed combat vehicle. While such vehicles will ultimately be under human control, they will also have some capacity to make decisions on their own, with AI as the software engine driving those decisions. “AI is a critical enabler of autonomy,” said CERDEC AI expert Dr. Peter Schwartz. “If autonomy is the delegation of decision-making authority, in that case to a robotic system, you need some confidence that it is going to make the right decision, that it will behave in a way that you expect.” AI can help systems to reach that level of certainty, but there's still work to be done on this front. While the basics of machine learning are well-understood, the technology still requires further adaptation in order to fulfill a military-specific mission, the CERDEC experts said. “AI isn't always good at detecting military things,” David said. “It may be great at recognizing cats, because people post millions of pictures of cats on the internet, but there isn't an equally large data set of images of adversaries hiding in bushes.” As AI strategies evolve, military planners will be looking for techniques that enable the computer to differentiate objects and actions in a military-specific context. “We need special techniques and new data sets in order to train the AI to recognize these things in all different environments,” he said. “How do you identify an enemy tank and not confuse that with an ordinary tractor trailer? There has to be some refinement in that.” Despite such technical hurdles, the CERDEC team expressed confidence that autonomy will in fact be a central feature of tomorrow's ISR capability. They say the aim is create autonomous systems that can generate tactical information in support of war-fighter needs. “As we are creating new paradigms of autonomy, we want to keep it soldier-centric,” David said. “There is filtering and analyzing involved so you don't overwhelm the user with information, so you are just providing them with the critical information they need to make a decision.” https://www.c4isrnet.com/unmanned/2018/11/30/the-army-wants-a-self-directed-combat-vehicle-to-engage-enemies

  • Rheinmetall to supply Germany’s Federal Police with protective vest inserts

    7 décembre 2018 | International, Terrestre

    Rheinmetall to supply Germany’s Federal Police with protective vest inserts

    Rheinmetall has won an order to supply the German Federal Police with ballistic inserts for protective vests. The framework agreement lasts 36 months and is worth a total of around €10 million. Representing roughly €1 million in sales, a first batch consisting of over 5,000 ballistic inserts will be shipped in spring 2019. The contract encompasses an option for the supply of an additional 36,000 inserts. Developed and produced by Rheinmetall Ballistic Protection in Krefeld, Germany, the inserts exploit the latest technology in order to achieve high protection at the lowest possible weight. Among the lightest of their kind, these inserts withstand shots fired from an AK-47 assault rifle. As a result, law enforcement officers who find themselves in complex, life-threatening situations are not only well protected, but able to manoeuvre easily as well. Rheinmetall – a powerful partner of the police and security services Headquartered in Düsseldorf, Rheinmetall AG is a publicly traded, globally operating technology group. It consists of two operational units: Rheinmetall Defence and Rheinmetall Automotive. In 2017 the Group's 23,000 employees generated sales of just under €6 billion. Rheinmetall feels a special obligation to make the best-possible equipment available to those whose task it is to protect our society. Its Public Security product portfolio – tailored to meet the needs of law enforcement agencies and security services – covers a wide array of capabilities, ranging from reconnaissance and surveillance to command and control, cyber operations, kinetics, force protection and tactical mobility. https://www.rheinmetall-defence.com/en/rheinmetall_defence/public_relations/news/latest_news/index_18816.php

  • Contract Awards by US Department of Defense - December 3, 2018

    7 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 3, 2018

    NAVY The Navy is awarding 1,870 indefinite-delivery/indefinite-quantity, multiple-award contracts (MACs) to businesses in multiple locations across 46 of the 50 United States, the District of Columbia, and Guam for future competition of support service requirements to be solicited by Department of the Navy activities under the SeaPort Next Generation (SeaPort-NxG) multiple-award contract vehicle. All work under the contracts will fall under two categories (engineering support services and program management support services), which are further divided into 23 functional areas. The government estimates approximately $5,000,000,000 of services will be procured per year via orders issued under the SeaPort-NxG multiple award contracts. These awards contain provisions to set aside requirements for small businesses, service-disabled veteran-owned small businesses, 8(a) business development program participants, woman-owned small businesses and historically-underutilized business-zoned small businesses. Under these multiple-award contracts, each contractor will be provided a fair opportunity to nationally compete for individual task orders. The MACs have a five-year base period of performance with an additional five-year ordering period option. No contract funds will be obligated on the basic MAC awards. Contract funds will be obligated at time of task order award. Multiple funding types may be used. The funding for task orders to be issued under these contracts will come from a variety of sources and will be consistent with the purpose for which the funds were appropriated. These contracts were competitively procured via the Federal Business Opportunities website, with 1,894 offers received. The Naval Sea Systems Command, Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia is the contracting activity (N00178-18-R-7000). NOTE: For a list of contractors receiving awards please visit: https://www.navsea.navy.mil/Portals/103/Documents/Small_Business_Forum/SeaPort%20NxG%20Awardees%20List.pdf?ver=2018-11-28-123322-177 Austal USA, Mobile, Alabama, is awarded a $40,369,095 cost-plus-fixed-fee undefinitized contract action for procurement of long lead time material and production engineering for the Expeditionary Fast Transport (EPF) 14. The EPF class provides high speed, shallow draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps, and Army. Work will be performed in Novi, Michigan (39 percent); Houston, Texas (12 percent); Chesapeake, Virginia (10 percent); Mobile, Alabama (9 percent); Rhinelander, Wisconsin (7 percent); and Iron Mountain, Michigan (3 percent), with other efforts performed at various locations (each less than 1 percent) throughout the U.S. (4 percent); and various locations (each less than 1 percent) outside the U.S. (16 percent), and is expected to complete by July 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $20,184,547 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, District of Columbia, is the contracting activity (N00024-19-C-2227). The Concourse Group, LLC,* Annapolis, Maryland, is awarded a maximum amount $29,000,000 indefinite-delivery/indefinite-quantity contract for professional services in support of the Department of Navy's (DoN) Public Private Venture (PPV) and Real Estate (RE) Programs. The work to be performed will require the contractor to bring professional knowledge, skills, and experience in residential and commercial real estate development and large scale real estate portfolio management to the DoN's PPV and RE programs. The contractor shall provide advice and assistance to the DoN and conduct the necessary research and analysis to present DoN decision-makers with accurate and relevant information. The contractor will bring best business practices from the private sector to assist the DoN with all aspects of the special venture acquisitions, including family and unaccompanied housing public private ventures, enhanced use leasing, and other public-private venture opportunities such as energy, utilities, and lodging, as well as real estate. The work includes technical advisory services to the Naval Facilities Engineering Command (NAVFAC) Headquarters Special Venture Acquisition Office and the NAVFAC component commands for the purpose of providing professional services, project development, execution, portfolio management advice and support consistent with the privatization approach adopted by the DoN, as well as technical advisory services to the NAVFAC RE. Work will be performed in Annapolis, Maryland. The term of the contract is not to exceed 36 months, with an expected completion date of November 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operations and maintenance (Navy); and family housing, (Navy), operations and maintenance. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-8008). Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded $20,987,258 for firm-fixed-price modification P00002 to a previously issued order (N0001918F2334) placed against basic ordering agreement N00019-15-G-0026. This order provides for the installation of aerial refueling retrofit kits on four E-2D Advanced Hawkeye aircraft. Work will be performed in St. Augustine, Florida, and is expected to be completed in June 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $20,987,258 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. The Boeing Co., St. Louis, Missouri, was awarded $10,526,671 for modification P00002 to delivery order N0001918F0520 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option to provide calendar year 2019 Harpoon/SLAM-ER integrated logistics and engineering support services for Navy and Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy); and FMS funds in the amount of $10,526,671 will be obligated at time of award, $2,530,961 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($2,530,961; 24 percent); and FMS ($7,995,710; 76 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Nov. 29, 2018) The Boeing Co., St. Louis, Missouri, was awarded $10,526,671 for modification P00002 to delivery order N0001918F0520 previously placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option to provide calendar year 2019 Harpoon/SLAM-ER integrated logistics and engineering support services for Navy and Foreign Military Sales (FMS) customers. Work will be performed in St. Charles, Missouri (91.84 percent); St. Louis, Missouri (5.47 percent); Yorktown, Virginia (2.64 percent); and Oklahoma City, Oklahoma (0.05 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Navy); and FMS funds in the amount of $10,526,671 will be obligated at time of award, $2,530,961 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($2,530,961; 24 percent); and FMS ($7,995,710; 76 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Nov. 29, 2018) MTU America Inc. (formerly known as Tognum America Inc.), Novi, Michigan, is awarded $7,946,893 for sole-source firm-fixed-price, delivery order N0002419FB028 under previously awarded basic purchase agreement N00024-14-A-4101 to provide the government of Israel with MTU engines and engine components to support the Israeli marine vessels under Foreign Military Sales (FMS) case IS-P-GPB involving FMS to Israel. MTU engines and engine components will be applicable but not limited to the following MTU engine series: M90, M94, TB54, TB82, TB93, TB94, TE83, TE94, and SE84. Work will be performed in Brownstown Township, Michigan, and is expected to be completed by September 2019. Fiscal 2018 FMS funding in the amount of $7,946,893 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)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $51,895,419 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency (DARPA) research project. Work will be performed in Tucson, Arizona (78 percent); McKinney, Texas (12 percent); Tewksbury, Massachusetts (5 percent); Richardson, Texas (2 percent); Huntington Beach, California (1 percent); and Ontario, New York (2 percent), with an expected completion date of December 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,242,000 are being obligated at time of award. This contract was a sole-source acquisition. DARPA, Arlington, Virginia, is the contracting activity (HR0011-19-C-0008). U.S. TRANSPORTATION COMMAND Farrell Lines Inc., Reston, Virginia, has been awarded a one-time only task order under indefinite-delivery/indefinite-quantity contract HTC711-15-D-R044 in the amount of $15,747,387. This task order provides cargo transportation services support to the Surface Deployment and Distribution Command, U.S. Army. The task order is in support of an Army unit deployment from Fort Bliss, Texas, to multiple forward operating bases in Afghanistan. Work will be performed in the U.S. and Afghanistan. The period of performance is from Dec. 3, 2018, to Feb. 11, 2019. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $150,886,391 from $135,139,004. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Centron Industries Inc.,* Gardena, California, has been awarded a maximum $13,908,602 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for cables and lighting products. This was a competitive acquisition and three offers were received. This is a three-year base contract, with one two-year option period. Location of performance is California, with a Nov. 25, 2021, performance completion date. Using military services are Army, Air Force, Navy, and Marine Corps. The type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-19-D-0005). AIR FORCE Utah State University Research Foundation/Space Dynamic Laboratory, North Logan, Utah, has been awarded an $11,477,222 cost-plus-fixed-fee task order (FA9453-19-F-0013) to previously awarded contract FA9453-16-D-0004 for a small satellite utility demonstration. The contractor will provide necessary research and development to maintain essential engineering, research and development capability in the areas of sensor development, image processing and data analysis. Work will be performed at North Logan, Utah, and is expected to be completed by March 14, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $557,437 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. (Awarded Nov. 30, 2018) ARMY General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $9,430,158 modification (P00007) to contract W56HZV-17-C-0108 to install sensors on doors, build wire harness assemblies, and package all components as part of the Single Channel Ground and Airborne Radio System adapter kits, return sliding ramp assembly material for the vehicles and procure additional drop out factor material items on the Abrams SEPv3 45/60 vehicle production. Work will be performed in Lima, Ohio, with an estimated completion date of Aug. 30, 2019. Fiscal 2018 other procurement, Army funds in the amount of $9,430,158 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1704107/source/GovDelivery/

  • India’s MoD approves procurements worth USD427 million

    7 décembre 2018 | International, Naval, Terrestre

    India’s MoD approves procurements worth USD427 million

    India's Ministry of Defence (MoD) approved INR30 billion (USD427 million) worth of procurements of locally made equipment for the Indian Navy (IN) and Indian Army (IA) on 1 December. The Defence Acquisition Council (DAC), headed by Defence Minister Nirmala Sitharaman, sanctioned the acquisition of an undisclosed number of BrahMos supersonic cruise missiles to arm two Admiral Grigorovich (Project 11356M)-class stealth frigates that are under construction in Russia, according to a statement by the Indian government's Press Information Bureau (PIB). Being procured for USD950 million, the two frigates, which are scheduled for delivery to the IN in 36 and 48 months, will be supplemented by two similar platforms set to be built by the state-owned Goa Shipyard Limited (GSL) under a transfer of technology agreement. https://www.janes.com/article/84967/india-s-mod-approves-procurements-worth-usd427-million

  • Contract Awards by US Department of Defense - November 30, 2018

    7 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 30, 2018

    NAVY Grove Resource Solutions Inc.,* Frederick, Maryland (N6523619D4800); Millennium Corp., * Arlington, Virginia (N6523619D4801); SimVentions Inc.,* Fredericksburg, Virginia (N6523619D4802); BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N6523619D8403); Booz Allen Hamilton, McLean, Virginia (N6523619D4804); CACI NSS Inc., Reston, Virginia (N6523619D4805); General Dynamics Information Technology, Fairfax, Virginia (N6523619D4806); Leidos, Reston, Virginia (N6523619D4807); Northrop Grumman Systems Corp., Redondo Beach, California (N6523619D4808), and Scientific Research Corp., Atlanta, Georgia (N6523619D4809), are each awarded a combined $898,000,000 multiple award, indefinite-delivery/indefinite-quantity, performance-based service contract utilizing cost-plus-fixed-fee and firm-fixed-price task orders. The contracts are for Cyber Mission Engineering support services and provide for the delivery of information warfare capabilities through sea, air, land, space, electromagnetic, and cyber domains through the full range of military operations and levels of war. These contracts include a five-year ordering period, one 24-month option period, and one six-month option-to-extend-services in accordance with Federal Acquisition Regulation Clause 52.217-8. If all options are exercised, the cumulative value of these contracts will increase to $962,000,000. Work will be performed worldwide and is expected to be completed by November 2024. If all options are exercised, work would continue until May 2027. Navy working capital funds in the amount of $25,000 will be divided equally among all awardees and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition with reserves for small business via the Space and Naval Warfare Systems Center e-Commerce central website and the Federal Business Opportunities website, with 25 timely offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $889,949,558 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (74 percent); and Schenectady, New York (26 percent). No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $617,385,193 will be obligated at time of award and funds 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) - 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-2115). Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $634,011,726 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (71 percent); and Schenectady, New York (29 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $610,145,142 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) - 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-2114). United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $399,778,883 modification to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0010). This modification provides for performance based logistics sustainment in support of the F-35 Lightning II F135 propulsion system for the U.S Navy; U.S Air Force; U.S. Marine Corps; Non-U.S. Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. This modification provides for maintenance of support equipment; common program activities; unique and common base recurring sustainment; repair of repairable; field service representatives; common replenishment spares; conventional take-off and landing/carrier variant F135 unique maintenance services, and short take-off and landing F135 unique services. Work will be performed in East Hartford, Connecticut (73 percent); Oklahoma City, Oklahoma (18 percent); Camari, Italy (3 percent); Eglin Air Force Base (AFB), Florida (2 percent); Edwards AFB, California (1 percent); Hill AFB, Utah (1 percent); Luke AFB, Arizona (1 percent); and Marine Corps Air Station, Beaufort, South Carolina (1 percent), and is expected to be completed in November 2019. Fiscal 2019 operations and maintenance (Air Force, Marine Corps, and Navy), Non-U.S. DOD participants and FMS funds in the amount of $399,778,883 are being obligated on this award, $277,624,046, of which will expire at the end of the current fiscal year. This contract combines purchases for the U.S. Air Force ($142,300,541; 36 percent); U.S. Marine Corps ($109,353,811; 27 percent); U.S. Navy ($25,969,694; 6 percent); non-U.S. DOD participants ($90,987,493; 23 percent); and FMS customers ($31,167,344; 8 percent) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $233,211,071 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93 percent); and Schenectady, New York (7 percent). No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 other procurement (Navy) funding in the amount of $111,996,969 and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $2,852,823 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. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2112). Accenture Federal Services LLP, Arlington, Virginia (N00189-19-D-Z001); Deloitte & Touche LLP, Arlington, Virginia (N00189-19-D-Z002); KPMG LLP, McLean, Virginia (N00189-19-D-Z003); PricewaterhouseCoopers Public Sector LLP, McLean, Virginia (N00189-19-D-Z004); and Sehlke Consulting, Arlington, Virginia (N00189-19-D-Z005), are awarded combined estimated $83,855,994 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide financial and business operations management support services in support of the Bureau of Medicine and Surgery. The contracts will run concurrently and will include a 48-month ordering period. The ordering period of the contract is anticipated to begin February 2019 and is expected to be completed by January 2023. Work will be performed at various contractor locations throughout the U.S. (80 percent); and at government facilities in Falls Church, Virginia (20 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. Fiscal 2019 operations and maintenance (Defense Health Program) funds in the amount of $100,000 will be obligated ($20,000 on each of the five contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities and Navy Electronic Commerce Online websites, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Raytheon Co., Tewksbury, Massachusetts, is awarded a $45,009,813 modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed, and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active, and passive self-defense system and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (61 percent); Tewksbury, Massachusetts (34 percent); Marlboro, Massachusetts (2 percent); Ft. Wayne, Indiana (2 percent); and Nashua, New Hampshire (1 percent), and is expected to be completed by September 2019. Fiscal 2019 research, development, test and evaluation (Navy); and 2019 operations and maintenance (Navy) funding in the amount of $54,256,958 will be obligated at the time of award, and funds in the amount of $10,158,276 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $39,858,516 modification for the exercise of option three under an indefinite-delivery indefinite-quantity contract for base operations support (BOS) services at Naval Submarine Base, Kings Bay. After award of this option, the total cumulative contract value will be $322,733,069. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute BOS services. Work will be performed in Kings Bay, Georgia. This option period is from December 2018, to November 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $28,258,930 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida is the contracting activity (N69450-11-D-7578). General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $31,764,038 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-2104) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy's Moored Training Ships. This modification includes options which, if exercised, would bring the cumulative value of this modification to $63,846,335. Work will be performed in Groton, Connecticut (90 percent); and Charleston, South Carolina (10 percent), and is expected to be completed by September 2019. Fiscal 2018 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $23,532,530 will be obligated at time of award and funding in the amount of $17,999,876 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded $28,893,602 for modification P00022 to previously awarded cost-plus-fixed-fee contract (N00030-17-C-0001), to provide systems engineering and integration services in support of the Trident II (D5) strategic weapons system, the SSGN attack weapon system, and strategic weapon surety. Work will be performed at Rockville, Maryland (70.6 percent); Washington, District of Columbia (14.7 percent); Kings Bay, Georgia (5.1 percent); Silverdale, Washington (2.7 percent); Norfolk, Virginia (1.1 percent); San Diego, California (1.1 percent); Barrow, United Kingdom (1.1 percent); Alexandria, Virginia (1 percent); Buffalo, New York (0.3 percent); Downington, Pennsylvania (0.3 percent); Ocala, Florida (0.2 percent); Pittsfield, Massachusetts (0.2 percent); Montgomery Village, Maryland (0.2 percent); New Lebanon, New York (0.2 percent); New Paris, Ohio (0.2 percent); Wexford, Pennsylvania (0.2 percent); Alton, Virginia (0.2 percent); Springfield, Virginia (0.2 percent), Vienna, Virginia (0.2 percent); and St. Mary's, Georgia (0.2 percent), with an expected completion date of September 30, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $21,625,865; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $4,350,554; and fiscal 2019 other procurement (Navy) funds in the amount of $2,917,183 will be obligated on this modification. Contract funds in the amount of $21,625,865 will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $28,574,689 for cost-plus-fixed-fee modification P00002 to a previously awarded contract (N00030-18-C-0025), to exercise options for hypersonic booster technology development seeking to demonstrate technologies related to intermediate range capability through booster design, fabrication and validation testing. Work will be performed in Magna, Utah (51.03 percent); Elma, New York (14.08 percent); Sunnyvale, California (14.03 percent); Denver, Colorado (10.52 percent); Titusville, Florida (7.53 percent); Huntsville, Alabama (1.08 percent); Mooresville, North Carolina (1 percent); Cape Canaveral, Florida (0.52 percent); and Valley Forge, Pennsylvania (0.21 percent), with an expected completion date of Sept. 30, 2020. Fiscal 2018 research, development, test, and evaluation funds in the amount of $28,574,689 are being obligated on this award, which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $20,583,568 fixed-price-incentive (firm target) and cost-plus-fixed-fee modification to previously-awarded contract N00024-14-C-5104 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS baselines through Advanced Capability Build (ACB) 12. The contract provides for Aegis shipboard integration engineering; Aegis test team support; Aegis modernization team engineering support; ballistic missile defense test team support and AWS element assessments. The contract will cover the AWS ship integration and test efforts for five new-construction DDG 51-class ships, the major modernization of five DDG 51-class ships, and the major modernization of six CG 47-class ships, as well as the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12. Work will be performed in Bath, Maine (41 percent); Moorestown, New Jersey (17 percent); Pascagoula, Mississippi (9 percent); Norfolk, Virginia (8 percent); Camden, New Jersey (8 percent); San Diego, California (6 percent); Corona, California (5 percent); Deveselu, Romania (3 percent); Mayport, Florida (2 percent); and various places below one percent (1 percent), and is expected to be completed by November 2019. Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2017, and 2019 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $17,260,714 will be obligated at time of award, and $2,036,071 will 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 a $9,838,779 modification to a previously awarded cost-plus-fixed-fee indefinite-delivery, indefinite-quantity contract (N00019-18-D-0001). This modification increases the ceiling of the indefinite-delivery, indefinite-quantity contract and provides for service life modifications on the F/A-18E/F fleet that will extend the operational service life of the F/A-18E/F fleet from 6,000 flight hours to 9,000 flight hours. Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $9,838,779 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. Lockheed Martin Corporation Missile and Fire Control, Orlando, Florida, is awarded a $7,346,222 definitive job order which includes cost-plus-fixed-fee level of effort tasking for the Target Sight System (TSS) depot activation and firm-fixed price training for the depot activation under basic ordering agreement N00164-16-G-JQ87. Depot activation services include engineering and logistics support and stand-up for long term organic depot support for the TSS on the AH-1Z Cobra attack helicopter. The TSS is a large-aperture midwave forward-looking infrared sensor with a laser designator/rangefinder turret. The TSS provides the capability to identify and laser-designate targets at maximum weapon range, significantly enhancing platform survivability and lethality. The depot activation and training services will produce a TSS depot capability at Fleet Readiness Center South-East to include the required specialized weapons replaceable assembly and shop replaceable assembly test equipment, tooling, fixtures, training, access to technical data, engineering reach back, and support infrastructure for this capability. Work will be performed in Jacksonville, Florida, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funding in the amount of $7,346,222 will be obligated at the time of contract award and will expire at the end of the current fiscal year. This job order 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. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419FJ016). AIR FORCE L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $97,491,260 firm-fixed-price contract for contractor operated and maintained base supply of the Air Education and Training Command fleet of 178 T-1A trainer aircraft. Work will be performed at Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi; and Pensacola Naval Air Station, Florida, with an expected completion date of Nov. 30, 2019. This award for Option One is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount $48,288,767 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8106-18-C-0001). M1 Support Services, Denton, Texas, has been awarded a $97,353,460 modification (P00048) to contract FA4890-16-C-0005 for the backshop and flight-line maintenance of multiple aircraft types on Nellis Air Force Base, Nevada. The contract modification provides for the exercise of an option for an additional year of maintenance support under the multiple year contract. Work will be performed at Nellis AFB, Nevada, and is expected to be completed by Dec. 31, 2019. Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $27,570,625 task order (FA8534-19-F-0005) to contract FA8519-14-D-0002 for the production of 463L cargo pallets. Work will be performed in Cadillac, Michigan, and is expected to be completed by Dec. 30, 2020. Fiscal 2017 other procurement funds in the amount of $27,570,625 are being obligated at time of award. This task order brings the total cumulative face value of the contract to $170,687,010. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Raytheon Co. Missile Systems Division, Tucson, Arizona, has been awarded an $18,691,155 fixed-price incentive (firm-target), follow-on contract for High-speed Anti-Radiation Missile targeting system contractor logistics support services. This contract provides depot repair and sustaining engineering activities. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 30, 2019. The contract includes a one-year period of performance with three one-year options. This contract award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $18,691,155 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-19-C-0004). Telos Corp., Ashborn, Virginia, has been awarded a $15,195,573 modification (P00004) to contract FA4890-17-F-0025 for defensive cyber operations support at 17 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 Jan. 1, 2020. Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity. Honeywell International Inc., Clearwater, Florida, has been awarded an $11,458,551 modification (P0003) to exercise an option on contract FA8214-18-C-0001 for Pendulous Integrated Gyroscopic Accelerometer float repairs. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 20, 2019. Fiscal 2019 operations and maintenance funds in the amount of $11,458,551 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded a $10,758,587 modification (P00066) to previously awarded FA8634-16-C-2653 for F-15 radar modernization program radar upgrades. The contract modification provides for the exercise of options for interim contract support repair. Work will be performed in St. Louis, and is expected to be completed by Dec. 31, 2019. Fiscal 2017 aircraft procurement funds in the amount of $10,758,587 are being obligated at the time of award. Total cumulative face value of the contract is $1,375,218,427. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Sierra Nevada Corp., Sparks, Nevada, has been awarded a $9,227,540 modification (P00019) to contract FA8509-17-C-0002 for the permanent installation of the Airborne Mission Networking System. This modification provides for the exercise of only trial kit install labor and fully funding non-recurring engineering, travel, and trial kit install labor. Work will be performed in Centennial, Colorado, with travel within the continental U.S. as required to government facilities for installation and testing. Work is expected to be completed by Sept. 16, 2019. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $9,227,540 are being obligated at time of award. Total cumulative face value of the contract is $39,256,804. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-17-C-0002). DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $84,448,463 firm-fixed-price contract for various motor vehicle parts and accessories. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. Location of performance is Wisconsin, with a Nov. 29, 2021, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2018, through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0021). Nodak Electric Cooperative Inc.,* Grand Forks, North Dakota, has been awarded a $23,203,633 modification (P00002) to a 50-year utilities privatization contract (SP0600-18-C-8321) with no option periods for additional utility services for two electric systems. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Dakota, with a Nov. 30, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019, through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. The Original Footwear Co., Arecibo, Puerto Rico, has been awarded a maximum $9,186,840 modification (P00014), exercising the third one-year option period of a four-year base contract (SPE1C1-16-D-1026), with three one-year option periods for men's poromeric shoes. This is firm-fixed-price, indefinite-delivery/definite-quantity contract. Locations of performance are Puerto Rico and Michigan, with a Nov. 30, 2019, performance completion date. Using customers are Army, Air Force, Marine Corps and Coast Guard. Type of appropriation fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. DEFENSE HEALTH AGENCY Logistics Health Inc., La Crosse, Wisconsin, was awarded an $81,000,000 indefinite-delivery bridge contract (HT0011-19-D-0002). This award, titled “Reserve Health Readiness Program,” provides health readiness support services to the military service components to meet medical and dental standards essential in maintaining a deployable force. This short-term bridge contract will permit time to complete a competitive follow-on to this requirement. Services include immunizations, physical examinations, periodic health assessments, post-deployment health reassessments, mental health assessments, dental examinations, dental treatment, laboratory services, and other services as required to satisfy military service component health readiness needs. Services are delivered at military service component designated sites during group events, through the contractor's call center, and within an integrated network. The work will be performed in every U.S. state, U.S. territory, the District of Columbia, and Germany, with period of performance from Dec. 1, 2018, to May 31, 2019. Fiscal 2019 operations and maintenance funds will be obligated on task orders issued under this award. This contract was awarded on an other than full and open competition basis; pursuant to the authority of 10 U.S. Code 2304(c)(1). The Defense Health Agency, Falls Church, Virginia, is the contracting activity. ARMY BridgePhase LLC,* Arlington, Virginia (W15QKN-19-D-0005); Insap Services Inc.,* Marlton, New Jersey (W15QKN-19-D-0006); Johnson Technology Systems Inc.,* Dover, New Jersey (W15QKN-19-D-0007); and Softek International Inc.,* Piscataway, New Jersey (W15QKN-19-D-0008), will compete for each order of the $72,377,360 firm-fixed-price contract for information technology services for Armament Research, Development and Engineering Center. Bids were solicited with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 8, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity. Carolina Growler Inc.,* Star, North Carolina, was awarded a $66,665,620 firm-fixed-price contract for M1269 light engineer utility trailers. Bids were solicited with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0013). Longbow LLC, Orlando, Florida, was awarded a $52,642,959 hybrid cost-plus-fixed-fee and firm-fixed-price contract for the production of radar electronic units and support functions. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of March 31, 2022. Fiscal 2018 and 2019 aircraft procurement, Army funds in the amount of $52,642,959 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0044). Employment Source Inc.,* Fayetteville, North Carolina, was awarded a $43,500,000 firm-fixed-price contract for dining facility attendant 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 Nov. 29, 2023. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W91247-19-D-0002). DynCorp International LLC, Fort Worth, Texas, was awarded a $41,658,522 modification (P00200), to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas; Afghanistan; and Iraq, with an estimated completion date of June 30, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $41,658,522 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. University of California-Santa Barbara, Santa Barbara, California, was awarded an $18,000,000 cost contract for collaborative biotechnologies. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0001). Weeks Marine Inc., Covington, Louisiana, was awarded a $17,418,500 firm-fixed-price contract for dredging. Two bids were solicited with two bids received. Work will be performed in Carolina Beach, North Carolina; and Kure Beach, North Carolina, with an estimated completion date of May 15, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $17,418,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0004). DEFENSE FINANCE AND ACCOUNTING SERVICE KPMG LLP, McLean, Virginia, is being awarded a maximum $36,039,975 modification (P00027) to exercise Option Year Two to previously awarded labor-hour contract HQ0423-17-F-0010 for fiscal 2019 financial statement audit services of the Army General Fund and Working Capital Fund. The modification brings the total cumulative face value of the contract to $95,894,268 from $59,854,293. Work will be performed in McLean, Virginia, with an expected completion date of Nov. 30, 2019. Fiscal 2019 Army operations and maintenance funds in the amount of $36,039,975 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0010). MISSILE DEFENSE AGENCY Raytheon Missile Systems is being awarded a sole-source cost-plus-fixed-fee modification in the amount of $27,277,473 to previously awarded contract HQ0276-15-C-0005 adding contract line item numbers 4005, 4006, and 4013 to provide depot level planning, All Up Round (AUR) re-certifications, and AUR repairs. This modification increases the total cumulative face value of the contract by $27,277,473 (from $1,757,712,887 to $1,784,990,360). The work will be performed in Tucson, Arizona, with an expected completion date of October 2019. Fiscal 2019 operations maintenance funds in the amount of $9,000,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1702589/source/GovDelivery/

  • Why can't Ottawa get military procurement right?

    30 novembre 2018 | Local, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Why can't Ottawa get military procurement right?

    Murray Brewster · CBC News The last couple of weeks may go down in the Trudeau government's public record as the point when the desires of deliverology met the drawbacks of defence procurement. Remember 'deliverology'? That lofty concept — measuring a government's progress in delivering on its promises — was the vogue in policy circles at the beginning of Prime Minister Justin Trudeau's administration. While it's sometimes derided as an empty concept, deliverology must have seemed tailor-made for a new government inheriting a troubled defence procurement system. The Canadian International Trade Tribunal's decision Tuesday to step into the brawl over which multinational consortium will design and support the construction of the navy's new frigates is another lesson in how (apologies to Robert Burns) the best laid plans of mice and men go awry. The tribunal's decision to order Ottawa to put the frigate project on hold pending the completion of their probe into a complaint by a failed bidder comes at a politically awkward time for the Liberals. One week ago, Auditor General Michael Ferguson delivered an ugly report on the Liberals' handling of fighter jet procurement — specifically, the plan to buy interim warplanes to cover the gap until the current CF-18 fleet can be replaced with new aircraft. Self-inflicted wounds A cynic's reflex (given the checkered history of defence purchasing over the last decade) might be to consider these two events as just another day at the office for the troubled government procurement system. That might not be entirely fair. Still, experts were saying Wednesday that the government is suffering from numerous self-inflicted political and administrative wounds on this file. With a federal election on the horizon, and in a climate of growing geopolitical instability, the question of what the government has actually managed to deliver on military procurement is an important one to ask, said Rob Huebert, an analyst in strategic studies at the University of Calgary. While the system, as the Trudeau Liberals and previous governments have constructed it, seems to be the perfect model of the "evidence based" policy making promised by the champions of deliverology, it's also not built for speed. Some would suggest the deliverology model was followed to the letter in the design competition now tied up before the trade tribunal and in Federal Court. What seemed like endless consultations with the bidders took two years. The government made up to 88 amendments to the tender. And in the end, the preferred bid was challenged by a competitor that claims not all of the navy's criteria were met. Alion Science and Technology Corp. and its subsidiary, Alion Canada, argue the warship Lockheed Martin Canada and BAE System Inc. want to sell to Ottawa cannot meet the speed requirements set by the tender without a substantial overhaul. It does not, the company claims, meet the government's demand for a proven, largely off-the-shelf design. Michael Armstrong, who teaches at Brock University and holds a doctorate in management science, said the government could have avoided the challenges and accompanying slowdowns had it been more precise in its language. "They could have been more clear and firm when they use the words 'proven design'," he said. "Did they literally mean we won't buy ships unless they're floating in the water? Or did they mean that British one that doesn't quite exist yet is close enough? "If they would have been more firm and said, 'We want a ship that actually exists,' that might have simplified things at this stage." Huebert described the auditor general's report on the purchase of interim fighters as an all-out assault on evidence-based policy making. "It is just so damning," he said. A break with reality The Conservatives have accused the Liberals of avoiding the purchase of the F-35 stealth jet through manufacturing a crisis by claiming the air force doesn't have enough fighters to meet its international commitments. The auditor found that the military could not meet the government's new policy commitment and even ignored advice that one of its proposed solutions — buying brand-new Super Hornets to fill the capability gap —would actually make their problems worse, not better. That statement, said Huebert, suggested a jaw-dropping break with reality on the government's part. "They [the Liberals] were just making things up," he said. It might have been too optimistic to expect the Liberals to fix the system, said Armstrong, given the short four years between elections. But Huebert said Ottawa can't carry on with business as usual — that the government now must deliver on procurement, instead of doubling down on rhetoric. The problem, he said, is that governments haven't really paid a price in the past for botched military procurement projects. There was "no political pain for the agony of the Sea King replacement, as an example," he said, referring to the two-decade long process to retire the air force's maritime helicopters. "The thing that makes me so concerned, even outraged, is that we are heading into a so much more dangerous international environment," said Huebert, citing last weekend's clash between Russia and Ukraine over the Kerch Strait and ongoing tension with Beijing in the South China Sea. "When things get nasty, we have to be ready." https://www.cbc.ca/news/politics/why-can-t-ottawa-get-military-procurement-right-1.4924800

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.