Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    663 nouvelles

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

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

    14 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    NAVY British Aerospace Engineering Systems Technology Solutions & Services Inc., Rockville, Maryland (N00421-D-0035); Coherent Technical Services Inc.,* Lexington Park, Maryland (N00421-D-0036); Engility Corp., Andover, Maine (N00421-D-0037); J.F. Taylor Inc., Lexington Park, Maryland (N00421-D-0038); KBRwyle Technology Solutions LLC, Columbia, Maryland (N00421-D-0039); Lockheed Martin Rotary and Mission Systems, Manassas, Virginia (N00421-D-0040); and Valkyrie Enterprises Inc.,* Virginia Beach, Virginia (N00421-D-0041), are each awarded indefinite-delivery/indefinite-quantity contracts. The estimated aggregate ceiling for all contracts is $235,005,530, with the companies having an opportunity to compete for individual orders. These contracts provide for Air Traffic Control and Landing Systems Operations Onboard Ship and Shore support services for the Naval Air Warfare Center Aircraft Division (NAWCAD) - Air Traffic Control and Landing Systems Division (NAWCAD 4.11.7). Services to be provided include operational, technical, logistical and system engineering support for system certification; technical assistance; systems analysis and engineering; test and evaluation; installation and maintenance; hardware design, development, technical logistics support; configuration management; training support; equipment manufacturing; quality control; and project management of Mobile Air Battle management systems and communication-electronic systems. Work will be performed in St. Inigoes, Maryland (20 percent); and at various contractor locations within the continental U.S. (80 percent), and is expected to be completed in February 2024. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals, with seven offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Diversified Maintenance Systems,* Sandy, Utah, is awarded a maximum amount $49,000,000 indefinite-delivery indefinite quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Naval Air Weapons Station China Lake, California. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Ridgecrest, California. The term of the contract is not to exceed 60 months with an expected completion date of January 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2612). The Boeing Co., Huntington Beach, California, is awarded a $43,000,000 fixed-priced-incentive modification to previously awarded contract N00024-17-C-6307 for the fabrication, test, and delivery of four Orca Extra Large Unmanned Undersea Vehicles (XLUUVs) and associated support elements. The Orca XLUUV will be an open architecture, reconfigurable Unmanned Undersea Vehicle. The Orca XLUUV will be modular in construction with the core vehicle providing guidance and control, navigation, autonomy, situational awareness, core communications, power distribution, energy and power, propulsion and maneuvering, and mission sensors. The Orca XLUUV will have well-defined interfaces for the potential of implementing cost-effective upgrades in future increments to leverage advances in technology and respond to threat changes. The Orca XLUUV will have a modular payload bay, with defined interfaces to support current and future payloads for employment from the vehicle. The competition for XLUUV requirements is still in source-selection, and therefore the specific contract award amount is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation 2.101 and 3.104) and will not be made public at this time. Work will be performed in Huntington Beach, California (29 percent); Virginia Beach, Virginia (27 percent); Waukesha, Wisconsin (8 percent); East Aurora, New York (7 percent); Concord, Massachusetts (7 percent); Camden, New Jersey (5 percent); Smithfield, Pennsylvania (4 percent); Attleboro, Massachusetts (3 percent); City of Industry, California (3 percent); El Cajon, California (3 percent); Fairfield, New Jersey (2 percent); Ontario, California (1 percent); and Farmingdale, New York (1 percent), and is expected to be complete by June 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $43,000,000 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. Lockheed Martin Corp., Fort Worth, Texas, is awarded $14,498,758 for modification P00009 to a previously awarded fixed-price incentive firm contract (N0001918C1048) to provide for initial lay-in of repair material for seven F-35 Lightning II systems at various depots in support of the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida (34 percent); Fort Worth, Texas (27 percent); Jackson, Mississippi (16 percent); Windsor Locks, Connecticut (16 percent); St. Louis, Missouri (4 percent); and East Aurora, New York (3 percent), and is expected to be completed in July 2024. Fiscal 2017 aircraft procurement (Marine Corps, and Navy); fiscal 2018 aircraft procurement (Air Force); non-U.S. DoD participant; and FMS funds in the amount of $14,498,758 are being obligated at time of award, $4,582,113 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($6,332,003; 43.68 percent); Marine Corps ($3,128,745; 21.58 percent); Navy ($1,453,368; 10.02 percent); non-U.S. DoD Participants ($2,470,964; 17.04 percent), and FMS customers ($1,113,678; 7.68 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. EPS Corp., Tinton Falls, New Jersey, is awarded a $10,980,406 modification to a previously awarded hybrid cost-plus-fixed-fee, firm-fixed price, indefinite delivery/indefinite quantity contract (N00174-17-D-0026) to exercise an option for technical expertise in the development and testing of underwater weapons and underwater weapons systems components. This requirement is to develop an underwater weapons system acquisition/procurement program that provides underwater weapons systems (including authentic foreign mines) for research, development, test and evaluation of underwater weapons systems and mine countermeasures systems. Work will be performed in Tinton Falls, New Jersey (95 percent); Montenegro (2 percent); Bulgaria (2 percent); and Italy (1 percent), and is expected to be complete by February 2020. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $10,517,749 firm-fixed-price contract for a 50-calendar day shipyard availability for the regular overhaul and dry docking of USNS William McLean (T-AKE 12). Work will include clean and gas-free tanks, voids, cofferdams and spaces, main engine and electric motor maintenance, 10-year crane maintenance and recertification, dry-docking and undocking, propeller shaft and stern tube inspect, freshwater (closed loop) stern tube lubrication, underwater hull cleaning and painting, 2.5-year bow thruster maintenance and tunnel grating modification, renew flight deck nonskid, and auxiliary pre-stage area refrigeration installation. The contract includes options which, if exercised, would bring the total contract value to $10,583,543. Work will be performed in North Charleston, South Carolina, and is expected to be completed by July 16, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $10,517,749 are obligated at the time of award and 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, with two offers received. The U. S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6002). AIR FORCE Nimbis Services Inc.,* Oro Valley, Arizona, has been awarded a ceiling increase of $49,500,000 to their indefinite-delivery/indefinite-quantity (IDIQ) contract with cost-plus-fixed-fee task orders for research and development. The Trusted Silicon Stratus contract's objective is to achieve an initial operational capability of a novel microelectronics life-cycle verification ecosystem implemented to enhance microelectronics supply chain risk management. Work will be performed in Columbus, Ohio. There are two orders currently on this IDIQ. The first task order (FA8650-18-F-1605) is expected to be complete by July 30, 2021, and the second task order (FA8650-18-F-1656) is expected to be completed by Nov. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation funds will be obligated on future task orders. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Tau Technologies LLC, Albuquerque, New Mexico, has been awarded a cost reimbursement type contract with a base period contract price of $8,913,357 for directed energy modeling for cross-domain analysis. This contract seeks to advance directed energy technologies and weapon systems in engagement and mission-level analysis to enable data-driven wargaming, military utility assessments, and weaponeering. Work will be performed in Albuquerque, New Mexico, and is expected to be completed May 31, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $300,000 will be obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-19-C-0002). ARMY Phylway Construction LLC,* Thibodaux, Louisiana, was awarded a $48,654,095 firm-fixed-price contract for Mississippi River levee construction. Bids were solicited via the internet with six received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Feb. 21, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $48,654,095 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0015). DEFENSE LOGISTICS AGENCY Lions Services, Charlotte, North Carolina, has been awarded a maximum $11,403,650 modification (P00020) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B008) with two one-year option periods for advanced combat helmet chinstraps and hardware. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina and Texas, with a Feb. 16, 2020, 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. WASHINGTON HEADQUARTERS SERVICES CompQsoft Inc., Leesburg, Virginia, has been awarded a $7,710,468 a hybrid contract which includes firm-fixed-price labor hour and time and materials contract line item numbers. The contract is to provide audio-visual/video conference support services, by Joint Service Provider to supported agencies in the most efficient manner possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $7,710,468 are being obligated on this award. The expected completion date is Sept. 29, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-18-C-0118). DEFENSE INFORMATION SYSTEMS AGENCY Solers Inc., Arlington, Virginia, was awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology, and Innovation. This was a competitive solicitation for a multiple-award ID/IQ contract, with an unrestricted pool and a pool set-aside for small businesses. The original awards for the unrestricted pool were initially made in June 2018. Four post-award protests were submitted to the Government Accountability Office (GAO). Following the GAO decisions, issued in October 2018, the agency took corrective action that resulted in the decision to award a contract to Solers Inc. The face value of this action is a ceiling amount of $7,500,000,000. The awardee will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. The primary performance will be at Defense Information Systems Agency Headquarters, Fort Meade, Maryland, as well as contractor facilities and DoD locations worldwide to be determined at the task order level. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-2015). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1757113/source/GovDelivery/

  • DARPA: Architecting a New Breed of High Performance Computing for Virtual Training Environments

    13 février 2019 | International, Autre défense

    DARPA: Architecting a New Breed of High Performance Computing for Virtual Training Environments

    The testing, evaluation and training of future military systems will increasingly take place in virtual environments due to rising costs and system complexity as well as the limited availability of military ranges. Virtual simulators are already used to augment real-world training for modern fighter aircraft pilots, and they hold significant promise for addressing the rigorous demands of testing and training AI-enabled technologies. Current simulated environments, however, rely on conventional computing that is incapable of generating the computational throughput and speed to accurately replicate real-world interactions, model the scale of physical test ranges or meet the technical requirements of more complex systems. “Virtual environments could significantly aid the military by creating the ability to test and train advanced radio frequency (RF) technologies 24/7/365 with high-fidelity models of complex sensor systems, like radar and communications,” said Paul Tilghman, program manager in DARPA's Microsystems Technology Office (MTO). “However, existing computing technologies are unable to accurately model the scale, waveform interactions or bandwidth demands required to replicate real-world RF environments.” To address current computing limitations impeding the development of virtual test environments, DARPA created the Digital RF Battlespace Emulator (DBRE) program. DRBE seeks to create a new breed of High Performance Computing (HPC) – dubbed “Real Time HPC” or RT-HPC – that will effectively balance computational throughput with extreme low latency capable of generating the high-fidelity emulation of RF environments. DRBE will demonstrate the use of RT-HPC by creating the world's first largescale virtual RF test range. The range will aim to deliver the scale, fidelity and complexity needed to match how complex sensor systems are employed today, providing a valuable development and testing environment for the Department of Defense (DoD). “While DRBE's primary research goal is to develop real time HPC that can be used to replicate the interactions of numerous RF systems in a closed environment, this is not the only application for this new class of computing. RT-HPC could have implications for a number of military and commercial capabilities beyond virtual environments – from time-sensitive, big-data exploitation to scientific research and discovery,” said Tilghman. To support the creation of RT-HPC and the DRBE RF test range, the program will focus on two primary research areas. One area will explore designing and developing novel computing architectures and domain-specific hardware accelerators that can meet the real-time computational requirements of RT-HPC. Existing HPCs rely on general-purpose computing devices, which either prioritize high computational throughput while sacrificing latency (i.e., Graphics Processing Units (GPUs)), or have very low latency with correspondingly low computational throughput (i.e., Field Programmable Gate Arrays (FPGAs)). DRBE seeks to overcome the limitations of both by creating a new breed of HPC hardware that combines the GPU's and FPGA's best traits. The second research area will focus on the development of tools, specifications and interfaces, and other system requirements to support the integration of the RT-HPC system and the creation of the virtual RF test range. These components will help design and control the various test scenarios that could be run within the range, enable the DRBE's RT-HPC to interface with external systems for testing, facilitate the resource allocation needed to support multiple experiments, and beyond. DRBE is part of the second phase of DARPA's Electronics Resurgence Initiative (ERI) – a five-year, upwards of $1.5 billion investment in the future of domestic, U.S. government and defense electronics systems. As a part of ERI Phase II, DARPA is creating new connections between ERI programs and demonstrating the resulting technologies in defense applications. DRBE is helping to fulfill this mission by bringing the benefits of domain specific processing architectures to defense systems. DARPA will hold a Proposers Day on February 13, 2019 from 9:00am to 5:00pm (EST) at 4075 Wilson Boulevard, Suite 300 Arlington, Virginia 22203, to provide more information about DRBE and answer questions from potential proposers. For details on the event, including registration requirements, please visit: http://www.cvent.com/events/darpa-mto-drbe-proposers-day/event-summary-69f231cef8814aa799cd60588b5dc9cf.aspx A forthcoming Broad Agency Announcement will fully describe the program structure and objectives. https://www.darpa.mil/news-events/2019-02-11

  • Le gouvernement du Canada annonce un appel de candidatures en vue de créer un collectif en matière de propriété intellectuelle

    13 février 2019 | Local, Autre défense

    Le gouvernement du Canada annonce un appel de candidatures en vue de créer un collectif en matière de propriété intellectuelle

    Le programme pilote aidera les entreprises canadiennes à optimiser leurs droits de PI dans le but de prendre de l'expansion Le 13 février 2019 — Ottawa (Ontario) Lorsque les entreprises canadiennes mettent la propriété intellectuelle (PI) au cœur de leur stratégie d'affaires, elles sont mieux placées pour croître et réussir. C'est pourquoi le gouvernement du Canada veut s'assurer que les petites et moyennes entreprises (PME) ont les outils et le soutien nécessaires pour prendre de l'expansion et devenir plus concurrentielles. Le ministre de l'Innovation, des Sciences et du Développement économique, l'honorable Navdeep Bains, a lancé aujourd'hui le Programme pilote sur le collectif de brevets pour aider les PME à obtenir les brevets qu'il leur faut, et les appuyer dans tous leurs autres besoins en matière de PI. Les entités canadiennes capables de former une équipe spécialisée dans la prestation de conseils de grande qualité en matière de brevets sont invitées à soumettre leur candidature. L'entité retenue recevra un financement de 30 millions de dollars sur quatre ans afin de créer un organisme sans but lucratif qui aidera les entreprises d'un secteur donné à utiliser plus stratégiquement leur PI. Le programme pilote, qui s'inscrit dans la Stratégie en matière de propriété intellectuelle — une initiative s'étendant sur cinq ans —, permettra au gouvernement d'obtenir des données précieuses quant aux problèmes rencontrés par les PME en matière de PI. Le nouveau collectif pourra déterminer de quelle manière le programme soutiendra les entreprises qui auront recours à ses services, personnaliser ses services en fonction des besoins de ses clients et déterminer comment mieux soutenir l'utilisation stratégique de la PI au sein des entreprises en pleine croissance. Citations « La propriété intellectuelle est au cœur des entreprises novatrices. Pour assurer la réussite économique du Canada, nous devons veiller à ce que les entreprises de toutes tailles aient les outils nécessaires pour croître, prendre de l'expansion et devenir concurrentielles sur la scène mondiale. Avec cette nouvelle initiative en matière de brevets, nous offrons aux petites et moyennes entreprises le soutien en matière de PI dont elles ont besoin pour prendre leur essor, stimuler la croissance économique, devenir concurrentielles et se démarquer à l'échelle internationale. » — Le ministre de l'Innovation, des Sciences et du Développement économique, l'honorable Navdeep Bains Faits en bref La création de la Stratégie en matière de propriété intellectuelle a été annoncée dans le budget de 2018. Les entités qui souhaitent présenter leur candidature peuvent consulter le site Canada.ca/collectif-de-brevets. Les petites et moyennes entreprises qui sont titulaires de droits de PI sont trois fois plus susceptibles de participer au développement de produits innovants que celles qui n'en détiennent pas. Elles sont également deux fois plus susceptibles de participer à d'autres types d'innovation, quatre fois plus susceptibles d'exporter, et 64 % plus susceptibles d'être une entreprise à forte croissance. Les entreprises à forte intensité de PI offrent des salaires en moyenne 16 % plus élevés que celles qui en détiennent peu ou pas du tout. Les entreprises qui utilisent la PI au sein d'industries à forte intensité de brevets ont environ de 8 à 10 fois plus de revenus que celles n'ayant pas recours à la PI. Personnes-ressources Suivez Innovation, Sciences et Développement économique Canada sur Twitter : @ISDE_CA Dani Keenan Attachée de presse Cabinet du ministre de l'Innovation, des Sciences et du Développement économique 343-291-1710 Relations avec les médias Innovation, Sciences et Développement économique Canada 343-291-1777 ic.mediarelations-mediasrelations.ic@canada.ca https://www.canada.ca/fr/innovation-sciences-developpement-economique/nouvelles/2019/02/le-gouvernement-du-canada-annonce-un-appel-de-candidatures-en-vue-de-creer-un-collectif-en-matiere-de-propriete-intellectuelle.html

  • New Strategy Outlines Path Forward for Artificial Intelligence

    13 février 2019 | International, C4ISR, Autre défense

    New Strategy Outlines Path Forward for Artificial Intelligence

    The Department of Defense on Feb. 12 released the summary of its strategy on artificial intelligence. The strategy, Harnessing AI to Advance Our Security and Prosperity, outlines how DOD will leverage AI into the future. Key tenets of the strategy are accelerating the delivery and adoption of AI; establishing a common foundation for scaling AI's impact across DOD and enabling decentralized development and experimentation; evolving partnerships with industry, academia, allies and partners; cultivating a leading AI workforce; and leading in military AI ethics and safety. The department's strategic approach to AI emphasizes its rapid, iterative, and responsible delivery and then the use of lessons learned to create repeatable and scalable processes and systems that will improve functions and missions across the department. AI is poised to change the character of the future battlefield and the pace of threats faced in today's security environment. The United States, together with its allies and partners, must adopt AI to maintain its strategic position and prevail on future battlefields. AI will impact every corner of the department, spanning operations, training, sustainment, force protection, recruiting, healthcare and others. The focal point of DOD AI is the Joint Artificial Intelligence Center, established last June under DOD Chief Information Officer Dana Deasy and led by Lt. Gen. John "Jack" Shanahan, to provide a common vision, mission and focus to drive department-wide AI capability delivery. DOD's AI strategy supports the National Defense Strategy and is part of DOD's overall efforts to modernize information technology to support the warfighter, defend against cyber attacks and leverage emerging technologies. More information is available on defense.gov: Artificial Intelligence Strategy Fact Sheet https://dod.defense.gov/News/News-Releases/News-Release-View/Article/1755388/new-strategy-outlines-path-forward-for-artificial-intelligence/source/GovDelivery/

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

    13 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    AIR FORCE Tecolote Research Inc., El Segundo, California, has been awarded a $36,668,258 firm-fixed-price contract for Space and Missile Systems Center acquisition and financial support services. This contract provides the Remote Sensing Systems Directorate with a broad range of acquisition, strategic communication, and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, sustainment, and lifecycle acquisition activities. Work will be performed in El Segundo, California, and is expected to be completed by Aug. 17, 2024. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 space procurement in the amount of $974,326; and research, development, test and evaluation funds in the amount of $5,137,759 are being obligated at the time of award. Space and Missile Systems Center Remote Sensing Systems Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0002). Lockheed Martin Corp., Fort Worth, Texas, has been awarded a not-to-exceed $19,900,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate and transition advanced turbine propulsion power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Fort Worth, Texas, and is expected to be completed by Feb. 12, 2027. This award is the result of a competitive acquisition and 54 offers were received. The first task order will be initially funded with fiscal 2018 research, development, test and evaluation (RDT&E) funds in the amount of $45,000; and fiscal 2019 RDT&E funds in the amount of $315,000 at the time award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2059). AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $10,864,605 delivery order (FA8534-19-F-0023) 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. 31, 2020. Fiscal 2017 other procurement funds in the amount of $6,345,157; and fiscal 2019 other procurement funds in the amount of $4,519,448 are being obligated at time of award. Total face value of the delivery order is $10,864,605. This delivery order brings the total cumulative face value of the contract to $181,551,615. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. 22nd Century Technologies Inc., Somerset, New Jersey, has been awarded a $8,344,625 firm-fixed-price contract to exercise Option III to support the 33rd Network Warfare Squadron (NWS) at Joint Base San Antonio, Texas, in conducting its mission of Defense Cyber Operations (DCO). The contractor will provide plans and implantation in executing the 33rd NWS managed DCO mission. Work will be performed on Joint Base San Antonio, Texas, and is expected to be completed Feb. 28, 2020. This contract is the result of a competitive acquisition and eight offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,344,625 will be obligated at the time of award. The 38th Cyberspace Engineering Installation Group, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-15-C-0067). ARMY Tiber Creek Consulting Inc.,* Fairfax, Virginia, was awarded a $33,549,985 firm-fixed-price contract for mission essential core information system for operations and sustainment with periodic modernization life cycle phases. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 7, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0007). Osborn Consulting / MGE Engineering / Natural System,* Bellevue, Washington, was awarded a $10,000,000 firm-fixed-price contract for miscellaneous water resource civil works engineering, design, and engineering. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 10, 2021. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-D-1011). Fortis Nova A Joint Venture LLC,* Phoenix, Arizona, was awarded a $9,050,000 firm-fixed-price contract for construction of two new truck fill stands. Bids were solicited via the internet with one received. Work will be performed in Las Vegas, Nevada, with an estimated completion date of Nov. 3, 2020. Fiscal 2019 military construction funds in the amount of $9,050,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0006). NAVY Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $27,291,319 fixed-price indefinite-delivery/indefinite-quantity contract for integration, testing, delivery, and performance as the lead systems integrator for the AN/AAQ-24 Large Aircraft Infrared Countermeasures System and the ALQ-213 Electronic Warfare Management System. These services are in support of Lot 9 and 10 P-8A production aircraft for the Navy and various Foreign Military Sales (FMS) customers, including the governments of Australia and the U.K. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in February 2021. Fiscal 2018 aircraft procurement (Navy), and FMS funds in the amount of $11,751,506 are obligated at time of award, none of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0023). Northrop Grumman Systems Corp., St. Augustine, Florida, is awarded $16,883,718 for modification P00012 to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable indefinite-delivery/indefinite-quantity contract (N00019-14-D-0022). This contract modification extends the period of performance and provides depot maintenance for 44 Navy and Marine Corps Reserve F-5N/F aircraft. In addition to depot maintenance, this modification provides for aircraft inspections, repairs, overhauls, emergency repairs, modifications, engineering support and procurement of structural components required for the operation and sustainment of the F-5N/F aircraft. Work will be performed in St. Augustine, Florida (96 percent); Springville, Utah (3 percent); and Emmen, Switzerland (1 percent), and is expected to be completed in September 2019. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Systems Command, Patuxent River, Maryland, is the contracting activity. Moran Towing Corp., New Canaan, Connecticut, is awarded a $14,350,538 firm-fixed-price contract with reimbursable elements to support PM4 service support program for the time charter services of eight tugboats. The tugboats will be capable of ship handling, docking and undocking in the Norfolk, Virginia, harbor and surrounding waters. The contract includes a 12-month base period, three 12-month option periods, and one 11-month option which, if exercised, would bring the cumulative value of this contract to $74,005,396. Work will be in Norfolk, Virginia, and surrounding waters, and is expected to be completed by February 2020. If all options are exercised, work will continue through Jan. 31, 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,371,147 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The United States Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3503). Cardno-Amec Foster Wheeler Joint Venture, Charlottesville, Virginia, is awarded $8,440,405 for firm-fixed-price task order N6247319F4047 under an indefinite-delivery indefinite-quantity architect-engineering contract for building condition assessments at Marine Corps Base (MCB) Camp Pendleton, California; Marine Corps Air Station (MCAS) Camp Pendleton, California; Marine Corps Air Ground Combat Center Twentynine Palms, California; MCAS Miramar, California; Marine Corps Logistics Base Barstow, California; Marine Corps Recruit Depot San Diego, California; MCAS Yuma, Arizona, and MCB Camp Butler, Okinawa, Japan. Work will be performed in Oceanside, California (47 percent); Twentynine Palms, California (16 percent); Miramar, California (13 percent); Barstow, California (8 percent); San Diego, California (7 percent); Yuma, Arizona (7 percent); and Okinawa, Japan (1 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $8,440,405 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-1866). U.S. SPECIAL OPERATIONS COMMAND Raytheon Company Space and Airborne Systems, McKinney, Texas, was awarded a $15,000,000 modification (P00002) to an existing indefinite-delivery/indefinite-quantity contract (H92222-18-D-0003) with cost-plus-fixed-fee contract line items. This action increases the ceiling from $30,000,000 to $45,000,000 for Silent Knight Radar Operational Flight Program (OFP) development, field service representative support and engineering services in support of U.S. Special Operations Command (USSOCOM) fixed wing aircraft. This action completes OFP software delivery for the CV-22. Development work will continue to take place at the Raytheon facility in McKinney, Texas, and is expected to be complete by December 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,450,390 are being obligated at the time of award. USSOCOM Headquarters, Tampa, Florida, is the contacting activity. DEFENSE INFORMATION SYSTEMS AGENCY Artel, LLC, Herndon, Virginia, was awarded a firm-fixed-price contract modification (P00019) to exercise Option Period Four on task order GS-35F-5151H / HC101315F0009 for commercial satellite communications service. The face value of this action is $12,560,172 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $71,314,976. Performance directly supports the U.S. Central Command Southwest Asia area of responsibility and Europe Communications Network Architecture and Contingency Support. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and two quotations were received from 22 offers solicited. The period of performance for Option Period Four is Feb. 16, 2019, through Feb. 15, 2020, and there are no remaining option periods for this task order. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1755709/

  • Contract Awards by US Department of Defense - February 11, 2019

    13 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 11, 2019

    NAVY Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $211,996,197 cost-plus-incentive-fee, cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-5105 for incorporation of remaining Baseline J7 scope for new-construction DDG Aegis Weapon System J7 Baseline development and integration in support of the Japan Maritime Self-Defense Force (JMSDF). This modification will provide for continued JMSDF Aegis Combat System J7 Baseline development and integration. These efforts include full operational capability at the development test sites, execution of J7 Baseline development and integration activities, integration of Japanese domestic ship systems, in-country integrated test team support and provision of technical manuals, logistics and staging activities. Work will be performed in Moorestown, New Jersey (73 percent); Yokohama, Japan (11 percent); Mount Laurel, New Jersey (6 percent); Kawasaki, Japan (3 percent); Nasu, Japan (3 percent); Nagoya, Japan (2 percent); Tokyo, Japan (1 percent); and Washington, District of Columbia (1 percent), and is expected to be completed by October 2021. Foreign Military Sales funding in the amount of $211,996,197 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Raytheon Co., El Segundo, California, is awarded an $88,443,303 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract for the modification and upgrade of the sensor system software and hardware for the F/A-18/EA-18G aircraft to incorporate updates, improvements, and enhancements of tactical capabilities. Services to be provided include technical support for hardware and software anomaly investigation, design, development, documentation, integration, test, and evaluation of systems and support equipment. Work will be performed in El Segundo, California, and is expected to be completed in February 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,399,824 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893619D0001). Amee Bay LLC,* Hanahan, South Carolina (N64498-19-D-4013); Aviation Maritime Support Services LLC,* Chesapeake, Virginia (N64498-19-D-4014); and Thermcor Inc.,* Norfolk, Virginia (N64498-19-D-4015), were each awarded a cost-plus-fixed fee, indefinite-delivery/indefinite quantity multiple award contract with firm-fixed-priced ordering provisions for engineering and technical services to support the Naval Surface Warfare Center Philadelphia Division's (NSWCPD) Hull, Mechanical and Electrical (HM&E) modernization programs. Amee Bay LLC is awarded $57,337,423; Aviation Maritime Support Services LLC is awarded $63,775,817; and Thermcor Inc. is awarded $63,795,441. The mission of NSWCPD is to transition hull, mechanical and electrical machinery technology to the Navy active/reserve fleet, and support various sponsors for Navy modernization programs. This requires development and execution of various ship changes and ship alterations to upgrade and maintain in a more cost-effective and timely manner the system/equipment readiness of various Navy HM&E and electronic systems. The engineering and technical support services for this requirement are primarily small, minimally intrusive, turn-key equipment level modernization projects that are generally accomplished pierside at the various homeports outside of Chief Naval Operations availabilities. The installation process consists of several phases, including advance planning, ship check, assessments, fabrication, prototype evaluation and installation, final design shipboard installation, testing and completion. Work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and is expected to be completed by January 2024. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $520,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $108,000 will also be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Feb. 8, 2019) McKinsey & Co. Inc., Washington, District of Columbia, is awarded $15,730,560 for modification P00002 to a firm-fixed-price, cost-plus-fixed-price delivery order N6833518F0362 previously issued against blanket purchase agreement (N68335-18-A-0042) in support of the F-35 Lightning II affordability campaign for the Navy, Marine Corps, and Air Force. The modification provides for maturation of the current effort through expansion and refinement of existing scope, including strategic sourcing, senior leadership team offsite, and major contract actions. Work will be performed in Arlington, Virginia, and is expected to be completed in June 2019. Fiscal 2018 aircraft procurement (Navy); and fiscal 2019 aircraft procurement (Marine Corps and Air Force) funds in the amount of $15,730,560 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Navy ($6,001,250; 38 percent); Marine Corps ($6,001,250; 38 percent), and Air Force ($3,728,060; 24 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE FINANCE AND ACCOUNTING SERVICE CACI Inc. Federal, Chantilly, Virginia, has been awarded a not-to-exceed $11,530,702 modification (P00010) to previously awarded contract HQ0423-15-F-5001 for comptroller mission systems support for the Office of the Under Secretary of Defense (Comptroller). This modification exercises Option Year 4 with a period of performance of Feb. 16, 2019, through Feb. 15, 2020. The modification brings the total cumulative face value of the contract to $51,604,376 from $40,073,674. Work will be performed at the Pentagon and in remote locations within the National Capital Region with an expected completion date of Feb. 15, 2020. Fiscal 2019 operations and maintenance Defense-wide funds in the amount of $11,530,702 are being obligated at time of award. The Defense Finance and Accounting Service, Columbus, Ohio, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1754592/

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

    11 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    ARMY Isometrics Inc.,* Reidsville, North Carolina, was awarded an $82,510,281 firm-fixed-price contract for the Modular Fuel System - Tank Rack Module. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0048). Goodwin Brothers Construction, St. Louis, Missouri, was awarded a $33,900,000 firm-fixed-price contract to construct a new water treatment plant for the Lake City Army Ammunition Plant, Missouri. Bids were solicited via the internet with four received. Work will be performed in Independence, Missouri, with an estimated completion date of Feb. 22, 2021. Fiscal 2018 other procurement Army funds in the amount of $33,900,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4002). Booz Allen Hamilton, McLean, Virginia, was awarded a $12,884,834 modification (P00006) to contract W91RUS-18-C-0024 for cybersecurity support services. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Sept. 2, 2029. Fiscal 2019 operations and maintenance Army funds in the amount of $12,884,834 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Gilbane Federal JV, Concord, California, was awarded a $10,041,983 firm-fixed-price contract for two-phase design build construction of a blood donor center. Bids were solicited via the internet with six received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Aug. 21, 2020. Fiscal 2018 military construction funds in the amount of $10,041,983 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3002). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $52,367,561 for modification P00002 to a previously issued cost-plus-fixed-fee delivery order (N0001918F0472) placed against basic ordering agreement N00019-14-G-0020. This modification provides for additional ancillary mission equipment for F-35 Lightning II aircraft in support of the Marine Corps, Air Force, Navy, non-U.S. Department of Defense (non-U.S. DoD), participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2022. Fiscal 2017 aircraft procurement (Marine Corps, Air Force, and Navy); fiscal 2018 aircraft procurement (Marine Corps); non-U.S. DoD participant; and FMS funding in the amount of $52,367,561 will be obligated at time of award, $35,913,912 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($20,791,984; 39 percent); Air Force ($11,338,222; 22 percent); Navy ($5,016,648; 10 percent); non-U.S. DoD participants ($12,112,092; 23 percent), and FMS customers ($3,108,615; 6 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics NASSCO-Bremerton, Bremerton, Washington, is awarded a $34,305,282 modification to previously awarded contract N00024-14-C-4321 to exercise an option for repair and alteration requirements for USS Carl Vinson (CVN 70) fiscal 2019 dry-docking planned incremental availability (DPIA). The DPIA is the opportunity in the ship's life cycle to conduct repairs and alterations. The option will authorize the fourth major availability of the contract, and entails modification and repair of ship equipment, hull and systems. Work will be performed in Bremerton, Washington, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $34,305,282 will be obligated at time of award and will expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. Huntington Ingalls Industries Fleet Support Group LLC (formerly AMSEC LLC), Virginia Beach, Virginia (N4523A-19-D-1301); Gryphon (formerly CDI Marine Co. LLC), Norfolk, Virginia (N4523A-19-D-1302); and Tridentis LLC,* Alexandria, Virginia (N4523A-19-D-1303), are awarded a combined not-to-exceed $40,000,000 shared capacity, multiple-award indefinite-delivery/indefinite-quantity, firm-fixed-price contract for marine design and engineering services for all current and former U.S. naval vessels, ships, craft and boats in the areas of naval architecture, civil, structural, mechanical, electrical, electronics, industrial and environmental engineering. The work will include planning and estimating, engineering designs and calculations, technical research, troubleshooting and failure mode analysis, assessments and inspections, oversight and technical support of industrial work, training, and detailed reports based on engineering studies and analysis relating to marine vessels and equipment (including, but not limited to cranes, caissons and similar equipment used to support ship repairs, overhaul and dismantling). This requirement also includes computer aided drafting and design drafting and modeling, and technical document preparation, publication and reproduction. Work will be performed in Bremerton, Washington (60 percent); and throughout the world depending on need (40 percent), and is expected to be complete by February 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $15,000 will be obligated at time of award through the issuance of three separate task orders ($5,000 for each company) and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Puget Sound Naval Shipyard & Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. Harper Construction Co., Inc., San Diego, California, is awarded $23,958,623 for firm-fixed-price task order N6247319F4285 under a previously awarded multiple award construction contract (N62473-18-D-5853) for bachelor enlisted quarters (BEQ) repairs at Naval Air Station Lemoore, California. The work to be performed provides for a Design-Build project, consisting of whole barracks renovation and modernization of BEQ Towers D, E, and F. The project also includes repairs for the core building in the complex, which houses administration, utilities, and boilers for the BEQ. Building shell work for Towers D, E and F will repair the roof, provide roof anchors, replace metal panels to match existing building walls, replace all exterior doors, frames, and hardware, replace windows, and repair exterior walls. The task order also contains one unexercised option, which if exercised would increase cumulative task order value to $45,234,567. Work will be performed in Lemoore, California, and is expected to be completed by February 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $23,958,623 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Vigor Marine Inc., Portland, Oregon, is awarded a $17,044,892 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry docking of USNS Carl Brashear (T-AKE 7). Work will include clean and gas-free tanks, voids, cofferdams and spaces, propulsion motor and cooler, main generator maintenance and cleaning, high voltage switchboard and emergency switchboard cleaning, five-year main engine flex hose replacement, dry-docking and undocking, propeller shaft and stern tube inspect, freshwater (closed loop) stern tube lubrication, underwater hull cleaning and painting, freeboard cleaning and painting, sea valve replacements, renew flight deck nonskid, and reverse osmosis unit sea-chest installation. The contract includes options which, if exercised, would bring the total contract value to $19,374,570. Work will be performed in Portland, Oregon, and is expected to be completed by May 15, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $17,044,892 are obligated at the time of award. 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, with two offers received. The U. S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6004). Jacobs Technology Inc., Ridgecrest, California, is awarded $12,328,002 for modification P00060 to a previously awarded cost-plus-fixed-fee, cost contract (N68936-15-C-0026). This modification provides for the retrofit of existing test equipment, design and development of new testing equipment and test support for Air Launch Testing and Underwater Testing of a conventional prompt strike weapon. Work will be performed in China Lake, California, and is expected to be completed in August 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $270,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $10,826,033 cost-plus-fixed-fee modification under a previously awarded contract N00024-14-C-4313 for Littoral Combat Ship (LCS) Planning Yard Services. This modification procures waterjet assembly battle spares for the LCS-5 and follow ships (Freedom Class), from Rolls-Royce Marine North America Inc. Work will be performed in Walpole, Massachusetts (98 percent); and Bath, Maine (2 percent), and is expected to be complete by August 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $10,826,033 will be obligated at award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Donjon Marine Co. Inc., Hillside, New Jersey, is awarded a $10,364,915 cost-plus-award-fee delivery order under previously-awarded contract N00024-18-D-4307 to provide pumping assets (equipment and personnel) to Puerto Rico to assist with pumping operations designated by the U.S. Army Corps of Engineers (ACOE). This contract modification is under Zone A Salvage Services Contract. Action is in response to a salvage services request from ACOE to provide pumping assets given hurricane season commencement and anticipated near-term heavy rainfall. Work will be performed in Puerto Rico and is expected to be completed by December 2019. Non-expiring ACOE funding in the amount of $9,528,240 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. Homeland Security Solutions Inc., Hampton, Virginia, is awarded a $10,250,351 firm-fixed-price, six-month contract for program management support, training, human resources services and non-guard security support services. This contract includes three one-year option periods, and one six-month option period which, if exercised, could bring the cumulative value of this contract to $35,291,550. Work will be performed in: Camp Lejeune/New River, North Carolina (11 Percent); Camp Pendleton, California (10 percent); Washington, District of Columbia (9 percent); Cherry Point, North Carolina (8 percent); Miramar, California (8 percent); Quantico, Virginia (8 percent); Camp Smith and Kaneohe Bay, Hawaii (7 percent); Beaufort/Parris Island, South Carolina (6 percent); Yuma, Arizona (5 percent); Barstow, California (5 percent); San Diego, California (5 percent); Albany, Georgia (5 percent); Okinawa, Japan (5 percent); Bridgeport, California (2 percent); Blount Island, Florida (2 percent); New Orleans, Louisiana (2 percent); and Iwakuni, Japan (2 percent). Work is expected to be completed September 2019. If all options are exercised, work will continue through March 2023. Fiscal 2019 operations and maintenance (Marine Corps) in the amount of $10,250,351 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the Federal Business Opportunities website, with three offers received. The Marine Corps Installations National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity for M00264-19-C-0007. Georgia Tech Applied Research Corp., Atlanta, Georgia, is awarded a $9,775,501 cost-plus fixed-fee contract for Low Cost UAS Swarm Technology Distributed Autonomy prototyping, analysis, and support. This contract contains options, which if exercised, will bring the total cumulative value of the contract to $17,441,037. Work will be performed in Atlanta, Georgia, and work is expected to be completed Jan. 31, 2020. If options are exercised, work will continue through Jan. 31, 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,061,486 are obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured under N00014-18-S-B001, a long range broad agency announcement (BAA) for science and technology projects for advancement and improvement of Navy and Marine Corps operations, including expeditionary maneuver warfare and combating terrorism. Since proposals will be received throughout the year under the long range BAA, therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2023). MISSILE DEFENSE AGENCY Northrop Grumman Aerospace Systems, Redondo Beach, California, is being awarded a $17,416,113 modification (P00359) to a previously awarded F04701-02-C-0009 contract to exercise an option. The value of this contract is increased from $1,898,989,472 to $1,916,405,585. Under this modification, the contractor will provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The work will be performed at the Missile Defense Space Center at Colorado Springs, Colorado; and at Northrop Grumman Aerospace Systems in Redondo Beach, California. The performance period is from April 1, 2019, to March 31, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,000,000 is being obligated at time of award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity. AIR FORCE Textron Aviation Defense, Wichita, Kansas, has been awarded a $10,362,128 undefinitized contract modification (P0005) to a previously awarded undefinitized contract action FA8617-17-C-6216, increasing the not-to-exceed price to $135,279,753 for 12 T-6C aircraft, maintenance and pilot training, and interim contractor support for maintenance. Contractor will provide supplies and services to provide for the replacement of current training aircraft fleet and the enhancement of the Argentina air force surveillance and border security mission. Work will be performed in Wichita, Kansas, and is expected to be complete by June 30, 2021. This contract is 100 percent Foreign Military Sales to Argentina. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1752961/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 7, 2019

    11 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 7, 2019

    NAVY BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4419); Huntington Ingalls Industries Inc., San Diego, California (N00024-16-D-4420); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4421), are each awarded firm-fixed-price modifications to exercise Option Period Three under previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts for complex, emergent and continuous maintenance and Chief of Naval Operations availabilities on amphibious ships. Each company will have the opportunity to provide offers for individual delivery orders during Option Period Three, with an estimated cumulative combined value of $406,853,897. Work will be performed in San Diego, California, and is expected to be complete by March 2020. No funding will be obligated at time of award. Funding will be provided as individual delivery orders are issued. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $240,266,448 for modification P00009 to a previously awarded fixed-price-incentive contract (N00019-17-C-0030) for the manufacture and delivery of 12 Lot 16 AH-1Z aircraft for the kingdom of Bahrain under the Foreign Military Sales (FMS) program. Work will be performed in Fort Worth, Texas (60 percent); and Amarillo, Texas (40 percent), and is expected to be completed in August 2022. FMS funds in the amount of $240,266,448 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded a $33,001,816 firm-fixed-price, indefinite-delivery/indefinite-quantity supply contract with cost-reimbursable services for the Digital Video Surveillance System in support of guided-missile destroyer (DDG) modernization. The Naval Surface Warfare Center, Philadelphia Division is the Navy's agent for the coordination and planning of all the engineering and technical support services for the modernization program. The modernization program provides a full spectrum of technical support encompassing all phases of the alteration installation process. Supplies are to be delivered to various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. Work will be performed in Reston, Virginia (85 percent); and at various places below one percent (15 percent), and is expected to be completed by February 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $2,916,500 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (N64498-19-D-4011) The Boeing Co., St. Louis, Missouri, is awarded $23,108,547 for firm-fixed-priced delivery order N00383-19-F-0AY1 under previously awarded basic ordering agreement N00383-18-G-AY01 for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99 percent); and Philadelphia, Pennsylvania (1 percent). Work is expected to be completed by December 2021. Working capital funds (Navy) in the amount of $23,108,547 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. URS Group Inc., Morrisville, North Carolina, is awarded a $21,000,000 modification on a firm-fixed-price task order under a previously awarded multiple award construction contract (N62470-13-D-6022) for Phase One of Hurricane Michael repairs for stabilization and repairs to multiple buildings at Naval Support Activity Panama City, Florida. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean-up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to damage from the hurricane. After award of this modification, the total task order value will be $42,510,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $21,000,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $18,265,659 for modification P00045 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the U.K. Work will be performed in Valparaiso, Florida, and is expected to be completed in February 2020. Non-Department of Defense participant funds in the amount of $18,265,659 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $16,680,230 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system and to produce, test and deliver fully integrated NMT. NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports Extremely High Frequency (EHF) / Advanced EHF Low Data Rate / Medium Data Rate / Extended Data Rate, Super High Frequency, Military Ka (transmit and receive) and Global Broadcast Service receive-only communications. Work will be performed in Largo, Florida (54 percent); South Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); and Marlborough, Massachusetts (8 percent), and is expected to be completed by February 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); Navy working capital funds; and Foreign Military Sales funds in the amount of $16,680,230 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $15,637,609 cost-plus-fixed-fee modification, against previously awarded contract N00024-14-C-4313 for LCS Planning Yard Services. This modification procures waterjet assembly battle spares for the LCS-6 and follow ships (Independence Class). Work will be performed in Chesapeake, Virginia (99 percent); and Bath, Maine (1 percent), and is expected to be complete by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $15,637,609 will be obligated at award, and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. American Petroleum Tankers LLC, Blue Bay, Pennsylvania, is awarded a $15,111,000 firm-fixed-price option with reimbursable elements under a previously awarded contract (N3220517C3502) to exercise Option One for the vessel the M/V Evergreen State in support of the Department of Defense Logistics Agency Energy. The U.S. flagged vessel provided under the contract is employed in the worldwide transportation of petroleum products. The vessel will primarily be expected to operate in, but not limited to, the U.S. East Coast/Gulf Coast region, in accordance with the terms of this charter. Work for this option is expected to be completed February 2020. Working capital funds in the amount of $9,687,600 are obligated on this award. The cumulative value of this contract, if all options are exercised, is $81,048,250. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Federal Business Opportunities website, with three offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $14,512,050 firm-fixed-price modification to previously awarded contract N00024-16-C-5352 to exercise options for Surface Electronic Warfare Improvement Program (SEWIP) Block 1B3 full-rate production. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP provides enhanced shipboard electronic warfare for early detection, analysis, threat warning, and protection from anti-ship missiles. SEWIP Block 1 focuses on obsolescence mitigation and special signal intercept. Work will be performed in Pittsfield, Massachusetts (55 percent); Thousand Oaks, California (25 percent); Mountain View, California (15 percent); and Fairfax, Virginia (5 percent), and is expected to be complete by May 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 and 2017 shipbuilding and conversion (Navy) funds in the amount of $14,512,050 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. Assurance Technology Corp., Carlisle, Massachusetts, is awarded $11,471,334 for cost-plus-fixed-fee modification P00029 to task order N00173-15-F-6201 under previously awarded contract (N00173-15-F-6201). This contract action is for research, development, and integration as it relates to Software Definable/Reconfigurable Systems design. This modification provides additional level of effort to be executed under the task order. The total cumulative face value of this task order is $46,792,500. Work will be performed in Washington, District of Columbia (93 percent); and Carlisle, Massachusetts (7 percent), and work is expected to be completed in July 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 are obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity. ARMY The Raytheon Co., Fort Wayne, Indiana, was awarded a $406,280,000 hybrid (cost, cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract for AN/ARC-231 Multiple-Mode Aviation Radio Suite, hardware components, repair services, technical, engineering and logistical support 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 Dec. 31, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-D-0014). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $107,390,788 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 and 2019 other procurement Army funds in the amount of $107,390,788 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0193). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $55,093,787 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks, Palletized Load System (PLS) trucks, and new PLS trailers. One bid was solicited via the internet with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Nov. 30, 2020. Fiscal 2017, 2018 and 2019 other procurement Army funds in the amount of $55,093,787 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0192). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $40,946,478 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2020. Fiscal 2019 other procurement Army funds in the amount of $40,946,478 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0194). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $29,319,096 fixed-price-incentive contract for recapitalized Heavy Expanded Mobility Tactical Trucks. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2020. Fiscal 2017 other procurement Army funds in the amount of $29,319,096 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0195). Record Steel and Construction Inc., Boise, Idaho, was awarded a $25,393,000 firm-fixed-price contract for design and construction of an E-3G mission and flight simulator training facility at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with eight received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of Feb. 21, 2021. Fiscal 2017 military construction funds in the amount of $25,393,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0002). STANTEC Consulting Services, Raleigh, North Carolina, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0001). Clark Nexsen Inc., Virginia Beach, Virginia, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0002). AECOM Technical Services Inc., Los Angeles, California, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0003). Whitman, Requardt and Associates LLP, Baltimore, Maryland, was awarded a $12,250,000 firm-fixed-price contract for vertical architectural and engineering. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 6, 2024. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-D-0004). AAI Corp. doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $7,050,000 modification (0004 10) to Foreign Military Sales (Australia) contract W58RGZ-17-D-0006 for contractor logistics support of the One System Remote Video Terminal. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of May 7, 2019. Fiscal 2019 operations and maintenance Army; and Foreign Military Sales funds in the amount of $7,050,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Parsons, Pasadena, California, has been awarded a $94,359,257 firm-fixed-price contract, for Launch Manifest Systems Integrator (LMSI). This acquisition will allow for necessary integration and manifesting services for the LMSI requirement. Work will be performed in Pasadena and Torrance, California, and is expected to be completed by Feb. 6, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $5,898,895 will be obligated at the time of award. The Contracting Division, Launch Systems Enterprise Directorate, Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-F-0003). https://dod.defense.gov/News/Contracts/Contract-View/Article/1751801/source/GovDelivery/

  • DARPA: Intelligent Healing for Complex Wounds

    7 février 2019 | International, Sécurité, Autre défense

    DARPA: Intelligent Healing for Complex Wounds

    Blast injuries, burns, and other wounds experienced by warfighters often catastrophically damage their bones, skin, and nerves, resulting in months to years of recovery for the most severe injuries and often returning imperfect results. This long and limited healing process means prolonged pain and hardship for the patient, and a drop in readiness for the military. However, DARPA believes that recent advances in biosensors, actuators, and artificial intelligence could be extended and integrated to dramatically improve tissue regeneration. To achieve this, the new Bioelectronics for Tissue Regeneration (BETR) program asks researchers to develop bioelectronics that closely track the progress of the wound and then stimulate healing processes in real time to optimize tissue repair and regeneration. Paul Sheehan, the BETR program manager, described his vision for the technology as “not just personalized medicine, but dynamic, adaptive, and precise human therapies” that adjust to the wound state moment by moment to provide greater resilience to wounded warfighters. “Wounds are living environments and the conditions change quickly as cells and tissues communicate and attempt to repair,” Sheehan said. “An ideal treatment would sense, process, and respond to these changes in the wound state and intervene to correct and speed recovery. For example, we anticipate interventions that modulate immune response, recruit necessary cell types to the wound, or direct how stem cells differentiate to expedite healing.” The envisioned BETR technology would represent a sharp break from traditional wound treatments, and even from other emerging technologies to facilitate recovery, most of which are passive in nature. Under current medical practice, physicians provide the conditions and time for the body to either heal itself when tissues have regenerative capacity or to accept and heal around direct transplants. Most people are familiar with interventions that include casts to stabilize broken bones or transplants of healthy ligaments or organs from donors to replace tissues that do not regenerate. Passive approaches often result in slow healing, incomplete healing with scarring, or, in some unfortunate cases, no healing at all. Blast injuries in particular seem to scramble the healing processes; 23 percent of them will not fully close. Moreover, research shows that in nearly two thirds of military trauma cases — a rate far higher than with civilian trauma injuries — these patients suffer abnormal bone growth in their soft tissue due to a condition known as heterotopic ossification, a painful experience that can greatly limit future mobility. Although recent experimental treatments offer some hope for expedited recovery, many of these new approaches remain static in nature. For instance, some “smart” bandages emit a continuous weak electric field or locally deliver drugs. Alternatively, hydrogel scaffolds laced with a drug can recruit stem cells, while decellularized tissue re-seeded with donor cells from the patient help avoid rejection by the host's immune system. These newer approaches may indeed encourage growth of otherwise non-regenerative tissue, but because they do not adapt to the changing state of a wound, their impact is limited. “To understand the importance of adaptive treatments that respond to the wound state, consider the case of antibiotic ointments,” Sheehan explained. “People use antibiotics to treat simple cuts, and they help if the wound is infected. However, completely wiping out the natural microbiota can impair healing. Thus, without feedback, antibiotics can become counterproductive.” Recent technologies have begun to close the loop between sensing and intervention, looking for signs of infection such as changes in pH level or temperature to trigger treatment. To date, however, these systems have been limited to monitoring changes induced by bacteria. For BETR, DARPA intends to use any available signal, be it optical, biochemical, bioelectronic, or mechanical, to directly monitor the body's physiological processes and then to stimulate them to bring them under control, thereby speeding healing or avoiding scarring or other forms of abnormal healing. By the conclusion of the four-year BETR program, DARPA expects researchers to demonstrate a closed-loop, adaptive system that includes sensors to assess wound state and track the body's complex responses to interventions; biological actuators that transmit appropriate biochemical and biophysical signals precisely over space and time to influence healing; and adaptive learning approaches to process data, build models, and determine interventions. To succeed, the BETR system must yield faster healing of recalcitrant wounds, superior scar-free healing, and/or the ability to redirect abnormally healing wounds toward a more salutary pathway. DARPA anticipates that successful teams will include expertise in bioelectronics, artificial intelligence, biosensors, tissue engineering, and cellular regeneration. Further, DARPA encourages proposals that address healing following osseointegration surgery, which is often necessary to support the use of advanced prosthetics by wounded warfighters. DARPA will host a Proposers Day on March 1, 2019 in Arlington, Virginia, to provide more information to researchers interested in submitting a proposal for funding. Additional information is available at https://go.usa.gov/xENCQ. A forthcoming Broad Agency Announcement, to be posted to the Federal Business Opportunities website, will include full details of the program. https://www.darpa.mil/news-events/2019-02-06a

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.