Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3412 nouvelles

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

  • Contract Awards by US Department of Defense - July 15, 2019

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

    Contract Awards by US Department of Defense - July 15, 2019

    ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $492,108,514 fixed-price-incentive contract for High Mobility Artillery Rocket Systems M142 launchers and support requirements to include Product Data Definition Package Maintenance, training, support equipment, qualification testing, initial spares/repair parts and software. One bid was solicited with one bid received. Work will be performed in Camden, Arizona; Boca Raton, Florida; Budd Lake, New Jersey; Whippany, New Jersey; Dallas, Texas; Palm Bay, Florida; Archbald, Pennsylvania; York, Pennsylvania; Clearwater, Florida; Jackson, Mississippi; and Brownboro, Alabama, with an estimated completion date of May 30, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $66,404,293 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0101). General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $275,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for aircraft, satellite communications air data terminals, universal ground data terminals, program management, and equipment maintenance and repair. Bids were solicited via the internet with one received. Work will be performed in Poway, California, with an estimated completion date of July 30, 2021. Fiscal 2017, 2018 and 2019 aircraft procurement, Army funds in the amount of $275,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0022). TetraTech, Arlington, Virginia, was awarded a $9,626,655 firm-fixed-price contract for biological and environmental services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 2, 2031. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-D-0010). NAVY Manson/Connolly Seal Beach JV, Seattle, Washington, is being awarded an $88,147,000 firm-fixed-price contract for P-224 Causeway Boat Channel and Turning Basin and P-226 Ammunition Pier at Naval Weapons Station Seal Beach. The contract also contains five unexercised options and one planned modification, which if exercised would increase the cumulative contract value to $154,771,611. The work to be performed provides a public boat channel, naval ship channel and naval ship turning basin; ship mooring dolphins, excavation of above water moles, salvage and reuse of armor/riprap, paving, striping, signage, fencing, hauling and disposing of excess dredge material, placing fill for vehicle causeway and habitat enhancement; and constructing rock breakwater, rock armor shore protection, security structure and wharf improvements to support large deck amphibious ship ordnance operations. This project also includes relocating naval barge mooring buoys, installing marine navigation aids, utility infrastructure upgrades and communication infrastructure and security improvements. Work will be performed in Seal Beach, California, and is expected to be completed by June 2024. Fiscal 2019 military construction (Navy) funds for P-224 in the amount of $117,780,000 are obligated at the time of award, and the funds will not expire at the end of the current fiscal year. When fiscal 2020 military construction (Navy) funds are available they will be obligated using one of the unexercised options for P-226. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-C-2450). Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $40,000,000 cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-2105 for additional supplemental work for the refueling complex overhaul of USS George Washington (CVN 73). Work includes accomplishment of the overhaul, modernization, repair, maintenance and refueling. This modification provides additional funds required to support mandatory and essential work performed by Huntington Ingalls Industries Newport News. All work is approved by the government and will ensure that the ship is returned to the fleet fully mission capable at redelivery. The supplemental refueling work for CVN 73 will be accomplished by Huntington Ingalls Inc., located in Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Inc. is the original building yard contractor for all ships of the CVN 68 class, the reactor planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the refueling of CVN 73 without an unacceptable disruption of Navy-wide overhaul and repair schedule. This additional effort will ensure that the ship is returned to the fleet fully mission capable at redelivery. Work will be performed in Newport News, Virginia, and is expected to complete by August 2021. Fiscal 2018 shipbuilding and construction (Navy) funding in the amount of $40,000,000 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. Bethel-Webcor Pacific JV,* Anchorage, Alaska, is being awarded firm-fixed-price task order N6247319F4865 at $39,300,000 under a multiple award construction contract for a maritime skills training center at Naval Base San Diego. The task order also contains three unexercised options and one planned modification, which if exercised would increase cumulative task order value to $41,868,747. The work to be performed provides for converting a portion of Building 3304 to house computer simulator trainers to support the Surface Warfare Officers School's mission to train sea-bound warriors to serve on surface combatants as officers. The planned modification, if issued, provides for furniture, fixtures and equipment. The options, if exercised, provide for an electrical switch, fiber optic cable and new duct bank installation and removal of existing cages in a portion of the building. Work will be performed in San Diego, California, and is expected to be completed by December 2020. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $39,300,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5856). Keysight Technologies Inc., Englewood, Colorado, is being awarded a $9,850,400 indefinite-delivery, indefinite-quantity contract for up to 350 radio frequency vector signal generators in support of the Naval Air Systems Command's Metrology and Calibration Division. Work will be performed in Singapore, and is expected to be completed in January 2026. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $84,432 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833519D0137). Bluewater Management Group LLC, Norfolk, Virginia (N3220519D2002), is being awarded a $7,926,050 indefinite-delivery, requirements contract for Customer Support Unit-West for civil service mariners' lodging and transportation. The contract includes a one-year base period with four, one-year option periods, which, if exercised, would bring the cumulative value of this contract to $42,691,305. Work will be performed in San Diego, California, and is expected to be completed if all options are exercised by Sept. 30, 2024. Navy operation and maintenance funds in the amount of $7,926,050 are obligated for fiscal 2020 and will expire Oct. 1, 2020. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and five offers received. The U.S. Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519D2002). Harris Corp., Rochester, New York, is being awarded a $7,392,098 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a base ordering period of one year for the refurbishment of Marine Corps Radio components associated with controlled cryptographic communications. This contract includes two one-year option ordering periods which, if exercised, could bring the cumulative value of this contract to $22,850,412. Work will be performed in Rochester, New York. Work is expected to be completed October 2020. If all options are exercised, work will continue through January 2023. Fiscal 2019 working capital (Navy) funds in the amount of $1,012,868 will be obligated on the first delivery order at the 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 source and no other supplies or services will satisfy agency requirements. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity for (M67004-19-D-0002). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1905262/source/GovDelivery/

  • General Dynamics Awarded $174 Million Contract for Submarine Work

    15 juillet 2019 | International, Naval

    General Dynamics Awarded $174 Million Contract for Submarine Work

    GROTON, Conn. (July 11, 2019) - The U.S. Navy today awarded General Dynamics Electric Boat a $174 million contract for nuclear-submarine work. Electric Boat is a wholly owned subsidiary of General Dynamics (NYSE: GD). Under the terms of the contract, Electric Boat will provide design agent, planning yard, and engineering services, as well as technical support for active nuclear submarines and submersible systems. The contract could be worth more than $1 billion over five years if all options are exercised and funded. Seventy percent of the work will be performed at Groton; 13 percent at Kings Bay, Ga.; 10 percent at Bangor, Wash.; 3 percent at Pearl Harbor, Hawaii; and 2 percent at Newport and Quonset Point, R.I. Work performed under this contract is expected to be completed by September 2023. General Dynamics Electric Boat has established standards of excellence in the design, construction and lifecycle support of U.S. Navy submarines. In its position as an industry leader, Electric Boat remains committed to applying its technical and business expertise to effectively manage the challenges of nuclear-submarine production. The company's three primary locations are in Groton and New London, Conn.; and Quonset Point, R.I. Its current workforce is approximately 17,000 employees. More information about Electric Boat is available at www.gdeb.com. For more information about General Dynamics, please visit www.generaldynamics.com. http://www.gdeb.com/news/news_archives/2019archives.html#07-11-19

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

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

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

    NAVY DLT Solutions LLC, Herndon, Virginia, is being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms General Services Administration (GSA) Federal Supply Schedule contracts. The agreement is part of a multi-reseller/multi-software publisher software category management award for commercial-off-the-shelf software; information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI and under the direction of Office of Management and Budget, Enterprise Software Category. The software publishers are: Appdynamics, Archibus, Cloudbees, Flexera and Polyverse. The BPA provides for purchase of these products and services by the DoD, U.S. intelligence community and the Coast Guard. The overall estimated value of this BPA category is $820,450,000. The ordering period will be for a maximum of 10 years from July 12, 2019, through July 11, 2029. This BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance DoD funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Four offers were received and four were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0045). Air New Zealand Gas Turbines, Auckland, New Zealand (N64498-19-D-4028); and MTU Maintenance Brandenburg-Berlin, Ludwigsburg, Germany (N64498-19-D-4029), were both awarded a $70,000,000 indefinite-delivery/indefinite quantity, firm-fixed-priced contract for the commercial depot-level overhaul of up to 24 L0M2500 paired blade turbine gas generators. The Naval Surface Warfare Center, Philadelphia Division, requires the commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 paired blade turbine gas generators, National Stock Number 2S 2835-01-032-9125. The two contractors may compete for task orders under the terms and conditions of the awarded contracts. Work under the Air New Zealand Gas Turbines contract will be completed at the contractor's facilities in Auckland, New Zealand, and is expected to be completed by June 2023. Work under the MTU Maintenance Brandenburg-Berlin contract will be completed at the contractor's facilities in Ludwigsfelde, Germany, and is expected to be completed by June 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $5,740,811 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 three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded July 10, 2019) C&C Power Solutions LLC,* Columbus, Georgia, is being awarded a $65,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract to procure, renovate, repower, overhaul and/or repair different power systems within its fleet of power equipment services at Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (EXWC) Mobile Utilities Support Equipment (MUSE). Initial seed task order is being awarded at $2,559,924 for a four, 900-kilowatt generator package at EXWC MUSE Port Hueneme, California. Work for this task order is expected to be completed by July 2020. All work on this contract will be performed in Port Hueneme, California, and is expected to be completed by July 2025. Fiscal 2019 other procurement, Navy (OP, N) contract funds in the amount of $2,559,924 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OP, N. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The EXWC Acquisitions Department, Port Hueneme, California, is the contracting activity (N39430-19-D-2124). Palantir Technologies, Palo Alto, California, is being awarded a $27,640,000 fixed-price blanket purchase agreement under the Department of Defense (DoD) Enterprise Software Initiative to provide commercial-off-the-shelf hardware, software and services for DoD, the Intelligence community and the Coast Guard. This one-year agreement includes four, one-year option periods, which if exercised, would bring the potential value of this agreement to an estimated $143,800,000 million. The ordering period of the base agreement will be from July 12, 2019, through July 11, 2020. If all options are exercised, the ordering period will extend through July 11, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (DoD) funds. This agreement was non-competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy web site. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-19-A-0044). Mercury Defense Systems Inc., Cypress, California, is being awarded a $22,901,395 cost-plus-fixed-fee, cost reimbursable order (N00421-19-F-6104) against a previously issued basic ordering agreement (N00421-17-G-0001). This order provides for the development, integration, delivery and test of the Radar Air-to-Ground Environment in support of the Integrated Battlespace Simulation and Test Air Combat Environment Test and Evaluation Facility. Work will be performed in Cypress, California (80%); Patuxent River, Maryland (10%); and Edwards Air Force Base, California (10%), and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $300,000 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. Frontier Technology Inc., Beavercreek, Ohio, is being awarded a $13,236,204 cost-plus-fixed-fee task order (N63394-19-F-0041) under previously awarded indefinite-delivery/indefinite-quantity contract N63394-17-D-0003 for providing enterprise product life cycle management integrated decision environment services. Work will be performed in Washington, District of Columbia (80%); and Chesapeake, Virginia (20%), and is expected to be completed by September 2020. Fiscal 2012 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (other defense agencies) funding in the amount of $6,722,842 will be obligated at time of award, and $6,122,842 will expire at the end of the current fiscal year. This task order was not competitively procured. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services under this contract cover software development and installation, software configuration management and technical support, software solutions and training. These services are in support of the Affordable System Operation Effectiveness (ASOE) initiatives across the Department of Defense. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. IAP Worldwide Services Inc., Cape Canaveral, Florida, is being awarded a $10,870,239 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the first option period under an IDIQ contract for base operations services at Naval Support Activity, Annapolis, Maryland. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include but not be limited to facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. After award of this option, the total cumulative contract value will be $31,751,865. Work will be performed in Annapolis, Maryland, and the option period is from August 2019 to November 2019. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $7,274,602 for recurring work will be obligated on individual task orders issued during the contract period. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Schuyler Line Navigation Co. (SLNC),* Annapolis, Maryland, is being awarded a $10,595,700 (fixed-price for firm period) firm-fixed-price contract with reimbursable elements, for employment in worldwide trade for the transportation and/or prepositioning of cargo by the shallow draft tanker MT SLNC Pax. This contract includes a one-year base period with three one-year option periods and an 11-month option period, which, if exercised, would bring the cumulative value of this contract to $51,435,950. Work will be performed in the Western Pacific Ocean (intentions Japan or Korea), and is expected to be completed, if all options are exercised, by Oct. 29, 2024. Fiscal 2019 transportation working capital funds in the amount of $1,765,950 are being obligated at time of award and none of which will expire at the end of the current fiscal year. Transportation working capital funds will be obligated in fiscal 2020 and will not expire at the end of fiscal 2020. This contract was a small business set-aside with more than 50 companies solicited via the Federal Business Opportunities website and three offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-R-3504). Paradromics Inc.,* Austin, Texas, is being awarded a contract option in the amount of $8,275,758 from a previously awarded cost type of contract. Support includes development of a neural interface system capable of performing continuous, simultaneous full-duplex (read and write) interaction with at least one thousand neurons in regions of the human sensory cortex. This option builds on the designs and prototypes developed from the base award, and provides in vivo animal testing and human studies. This option has a one-year period of performance from July 12, 2019, through July 11, 2020. Work will be performed at the contractor's facilities in Austin, Texas. The option will be incrementally funded at the time of award in the amount of $3,000,000. The original contract was competitively procured via Defense Advanced Research Projects Agency (DARPA) Broad Agency Announcement (BAA) 16-09 “Neural Engineering System Design (NESD).” Forty-one offers were received and six were selected for award. Naval Information Warfare Center, Pacific, is the contracting activity (N66001-17-C-4005). AIR FORCE Sossec Inc., has been awarded a $355,000,000 ceiling increase modification (P0030) to previously awarded firm-fixed-price agreement FA8626-17-9-1000 for the propulsion consortium initiative. Work will be performed at Atkinson, New Hampshire, and is expected to be completed by July 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Propulsion Acquisition Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Textron Defense Systems, Wilmington, Massachusetts, has been awarded a $51,263,809 firm-fixed-price contract modification (P00012) to previously awarded contract FA8204-14-C-0011 for the Minuteman III Intercontinental Ballistic Missile weapon system multiprobe antenna procurement. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by July 13, 2029. Fiscal 2019 procurement funds in the amount of $4,645,109 are being obligated at the time of award. The Air Force Nuclear Weapon Center, Hill Air Force Base, Layton, Utah, is the contract activity. ARMY The Boeing Co., Mesa, Arizona, was awarded a $96,873,221 modification (P00024) to foreign military sales (United Arab Emirates) contract W58RGZ-16-C-0023 for Apache aircraft integrated logistics support, product assurance and Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $96,873,221 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, was awarded a $29,311,547 modification (P00251) to domestic and foreign military sales (Slovakia) contract W58RGZ-13-C-0040 for the aviation field maintenance services contract. Work will be performed in Afghanistan, Honduras and Germany, with an estimated completion date of Sept. 30, 2019. Fiscal 2010 and 2019 operations and maintenance, Army; and Foreign Military Sales funds in the combined amount of $29,311,547 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Joint Research and Development Inc.,* Stafford, Virginia, was awarded a $25,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firms-fixed-price) contract for operations, research and technology and program and integration support for the U.S. Army Combat Capabilities Development Command, Chemical Biological Center's Chemical Biological Applications and Risk Reductions business unit. 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 July 14, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0008). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $17,789,259 firm-fixed-price contract to upgrade and rehabilitate the water intake pumps at Radford Army Ammunition Plant. One bid was solicited with one bid received. Work will be performed in Radford, Virginia, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $17,789,259 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-11-G-0002). DEFENSE INFORMATION SYSTEMS AGENCY SES Government Solutions Inc., Reston, Virginia, was awarded a firm-fixed-price task order against the competitive single award blanket purchase agreement (BPA) from General Services Administration's Information Technology Schedule 70 contract for commercial satellite communication services, HC1013-18-A-0002, which was awarded April 13, 2018. The face value of this task order is $7,151,397, funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the BPA is $516,700,000 (contract ceiling). Performance will be centralized to the U.S. Central Command, with the BPA representing worldwide coverage. The task order period of performance is four years, consisting of a 12-month base period of July 15, 2019, through July 14, 2020, and three 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (GS-35F-0328V/HC1013-18-A-0002, HC1013-19-F-0119). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1903937/source/GovDelivery/

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

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

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

    NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $173,805,431 cost-plus-fixed-fee contract for engineering, technical, design agent and planning yard support for operational strategic and attack submarines. The contract provides for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research development test and evaluation (Navy) program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2023. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,043,513,079, and be complete by September 2023. Fiscal 2019 other procurement (Navy); 2019 operations and maintenance (Navy); and 2018 other procurement (Navy) funding in the amount of $24,556,100 will be obligated at time of award, and $4,415,300 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2125). Massa Products Corp., Hingham, Massachusetts, is being awarded a $32,419,133 firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract for the design, document, manufacture, test, package and delivery of hydrophones. This requirement is to deliver hydrophones for new-construction platforms to support shipyard installation schedules and to replace failed hydrophones for all in-service platforms. As this is an IDIQ contract, in which only a minimum guarantee is established and all firm government requirements will be established at the order level, it does not include options. Work will be performed in Hingham, Massachusetts, and is expected to be completed by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $1,051,578 will be obligated at time of award via the first delivery order 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 Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-F900). Gryphon Technologies LC, Washington, District of Columbia, is being awarded a $23,842,331 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity services contract with cost reimbursable services for aircraft carrier program management, engineering, technical and logistics support services. The Naval Surface Warfare Center, Philadelphia Division, is the Navy's agent for the program management, engineering, technical and logistical support for hull, mechanical and electrical systems and equipment on Navy aircraft carriers. To execute these responsibilities, the Navy requires the support of engineering, technical, logistical and program management personnel to assist in the support of aircraft carrier type commanders and other Navy activities on Navy aircraft carriers while in port or underway. There are provisions for firm-fixed-price completion orders. As emergent requirements arise, work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and outside of the continental U.S., and is expected to be complete by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $62,999 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4022). BAE Systems Technology Solutions & Services, Rockville, Maryland, is being awarded a $23,456,568 modification (P00043) to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008). This modification provides for services in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division, to support integrated communications and information systems radio communications for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in July 2024. Fiscal 2019 working capital funds (Navy) in the amount of $4,000,000 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. The Boeing Co., Seattle, Washington, is being awarded a $23,375,361 cost-plus-fixed-fee order (N00019-19-F-4058) against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures contractor logistics support for the United Kingdom's (UK's) P-8A program and aircraft. Contractor logistics support includes initial acceptance and breakdown of four aircraft and provision of training with an eight-month detachment to the UK to establish initial operational capability as well as subsequent full operational capability, scheduled aircraft maintenance, support equipment maintenance, engineering reach back and technical assistance. Work will be performed in Lossiemouth, Scotland (59%); Seattle, Washington (21%); and Jacksonville, Florida (20%), and is expected to be completed in December 2020. Foreign military sales funds in the amount of $23,375,361 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. Aptim Federal Services LLC, Alexandria, Virginia, is being awarded a $15,309,450 firm-fixed-price task order 0005 (modification 02) under a multiple award construction contract for the cleaning, inspection and repair of mined-in-place military petroleum storage tanks (Red Hill Tanks 14, 17, and 18). The work to be performed provides for the additional repairs in Tank 17 as identified by Aptim Federal Services LLC, and subcontractor, Enterprise Engineering Inc.'s comprehensive American Petroleum Institute 653 out-of-service internal integrity inspection and suitability for service evaluation inspection report. After award of this modification, the total cumulative contract value will be $36,078,000. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by May 2022. Fiscal 2016 working capital funds (Navy) in the amount of $15,309,450 are obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N39430-15-D-1632). U.S. SPECIAL OPERATIONS COMMAND Gentex Corp., Simpson, Pennsylvania, was a awarded a $95,000,000 maximum, indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92403-19-D-0004) for the purchase of SOF personal equipment advance requirements (SPEAR) coxswain helmet systems, in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2019 operations and maintenance funds in the amount of $150,000 are being obligated at time of award. This is a five-year contract with a two-year option period. The majority of work will be performed in Simpson and is expected to be completed by July 2024. This contract was awarded through full and open competition and two proposals were received. USSOCOM headquarters, Tampa, Florida, is the contracting activity. ARMY Walsh Federal LLC, Chicago, Illinois, was awarded a $52,929,000 firm-fixed-price contract for the construction of a new two-bay general purpose aircraft maintenance hangar. Bids were solicited via the internet with three received. Work will be performed in Burlington, New Jersey, with an estimated completion date of June 18, 2021. Fiscal 2018 military construction (Air Force) funds in the amount of $52,929,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0011). Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded an $8,000,000 firm-fixed-price contract for Mississippi River stone bank paving, Mississippi River and tributaries flood control, and channel improvement project. 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 Sept. 30, 2020. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-D-0010). DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a $17,045,952 delivery order (SPRPA1-19-F-KY01) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft high voltage power supplies. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2021 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded an $11,063,832 delivery order (SPRPA1-19-F-KY00) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft power amplifier modules. This is a firm-fixed-price contract. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2022 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1902689/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 10, 2019

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

    Contract Awards by US Department of Defense - July 10, 2019

    NAVY Wyle Laboratories Inc.,* Huntsville, Alabama, is being awarded an $81,220,643 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for certified and qualified operational contractor support services aircrew to support mission essential testing and evaluation of all manned air vehicles under the operational responsibility of the Naval Test Wing Atlantic/Pacific squadrons. Work will be performed at the Naval Air Station (NAS) Patuxent River, Maryland (94%); NAS Pt. Mugu, California (5%); and NAS China Lake, California (1%), and is expected to be completed in September 2024. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0071). CCI Construction Services LLC,* Honolulu, Hawaii (N62478-16-D-4012); Dawson Federal Inc.,* Honolulu, Hawaii (N62478-16-D-4014); and TKH-ASI LLC,* Kahului, Hawaii (N62478-16-D-4016), are being awarded a $75,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $320,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. Work is expected to be completed by June 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. (Awarded July 9, 2019) Paradigm Mechanical Corp.,* Lemon Grove, California, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $49,000,000 for plumbing, heating, and air conditioning construction alterations, renovations and repair projects at Naval Air Weapons Station, China Lake; Marine Corps Air Ground Combat Center, Twentynine Palms; Marine Corps Logistics Base, Barstow; and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of plumbing, heating, and air-conditioning system installation projects. Work will be performed in China Lake, California (25%); Twentynine Palms, California (25%); Barstow, California (25%); and Bridgeport, California (25%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2602). R.C. Construction Co. Inc., Greenwood, Mississippi, is being awarded a $33,116,313 firm-fixed-price contract for construction of range improvements and modernization located at Marine Corps Recruit Depot, Parris Island, South Carolina. This project constructs a new rifle range in the same location as the existing Hue City Range. This range will meet applicable Marine Corps requirements for known distance (KD) ranges as set forth in MIL HDBK 1027.3B, range facilities and miscellaneous training facilities other than buildings, and Marine Corps Orders (MCO) 3570.1C, 3550.9, and 3574.2L. Range support buildings to be constructed include target storage, control house and toilet facilities. All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. A target-area berm, retaining walls, safety sidewalls, a safety tunnel and 600-yard range berm will be constructed, and sidewalls with acoustic insulation will also be included. Earth berm structures include a behind-the-target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces. Built-in equipment will include the target system benches, target numbers and relocated target lifters, flagpoles and firing line benches. Special costs include post construction award services and geospatial mapping and survey. Work will be performed in Parris Island, South Carolina, and is expected to be completed by August 2021. Fiscal 2019 military construction, (Navy) contract funds in the amount of $28,326,200 are being obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9017). The Raytheon Co., Tucson, Arizona, is being awarded a $17,777,245 firm-fixed-price contract to procure 114 High Speed Anti-Radiation Missile command launch computers to include two pre-production units, one first article test unit and 111 production units in support of the Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in October 2021. Working capital (Navy); and fiscal 2017, 2018 and 2019 aircraft procurement (Navy) funds in the amount of $17,777,245 will be obligated at time of award, $6,243,087 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0026). Diversified Maintenance Systems Inc.,* Sandy, Utah, is being awarded a not-to-exceed the amount of $15,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach. Projects will be primarily design-bid-build (fully designed) task orders 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 Seal Beach, California. The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations and maintenance, (Navy) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with 13 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2621). ARMY Amherst Madison Inc., Charleston, West Virginia (W91237-19-D-0019); and Mi-De-Con Inc.,* Ironton, Ohio (W91237-19-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for small construction projects. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $49,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0032). Specialized Materials and Chemicals LLC, Brigham City, Utah, was awarded a $38,600,000 firm-fixed-price contract for the procurement of ammonium Perchlorate. 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 July 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3021). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $21,808,640 firm-fixed-price contract for the construction of the South Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0032). Seatrax Inc.,* Houston, Texas, was awarded a $15,098,156 firm-fixed-price contract for a new floating crane to perform the duty cycle bank grading work in support of the revetment mission on the Mississippi River. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $15,098,156 were obligated at the time of the award. U.S Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0007). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $12,219,560 firm-fixed-price contract for the construction of the North Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0031). AIR FORCE Nomlaki Technologies, Sacramento, California, has been awarded a $10,402,000 firm-fixed-price contract for repairing four bridges. This contract provides demolition and disposal of all debris of four reinforced concrete bridges at Beale Air Force Base, in accordance with all local city ordinances, state and federal regulations and design and construction of a bridge system (up to four bridges) to cross the four waterways and replace the original bridges. Work will be performed at Beale AFB, California, and is expected to be completed by Oct. 24, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,402,000 are being obligated at the time of award. This award is the result of a competitive acquisition with five offers received. The 9th Contracting Squadron, Beale AFB, Marysville, California, is the contracting activity (FA4686-19-C-A004). DEFENSE LOGISTICS AGENCY Goodrich Corp., Rome, New York, has been awarded a maximum $9,148,161 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for ball bearing units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302‐1. This is a five-year contract with no option periods. Location of performance is New York, with a July 30, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1‐19‐D‐0077). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1901092/source/GovDelivery/

  • Four companies awarded $72.8M for special projects for Navy, DHS, CBP

    10 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR

    Four companies awarded $72.8M for special projects for Navy, DHS, CBP

    By Allen Cone July 9 (UPI) -- Four companies have been awarded contracts worth $72.8 million for unspecified special projects and electronic systems for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. The three-year contracts include two two-year option periods, which, if exercised, would bring the cumulative value of all four contracts to an estimated $176.4 million, the Department of Defense announced Monday. Awarded contracts were Deloitte Consulting for $21.7 million, Serco Inc. for $18.2 million, McKean Defense Group for $17.6 million and Alutiiq Information Management for $15.3 million in the execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology. The Space and Naval Warfare Systems Center, Pacific Special Projects and Electronics Systems Branch last June posted a proposal for management, hardware engineering, software engineering, configuration management and logistics support that includes experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government activities. Among the Naval units involved with the developmental efforts are the Mine and Anti-Submarine Warfare Command, Naval Information Warfare Systems Command Program Executive Offices, Commander Third Fleet, Sea Systems Command and Facilities Command, in addition to non-Navy units. All four companies will compete for task orders under the contracts, which run through July 7, 2022. If all contract options are exercised, the period of performance extends through July 7, 2026. All work under the contracts will be performed in San Diego. The U.S. Navy in June removed "space" from the Space and Naval Warfare Systems Command, or SPAWARS, and added "information" in a rebranding effort that emphasizes information warfare. The agency's new name is the Naval Information Warfare Systems Command. This past February, the two echelon III commands -- formerly "systems centers" -- also changed names. In Charleston, S.C., the command became the Naval Information Warfare Center Atlantic and in San Diego it was changed to Naval Information Warfare Center Pacific. https://www.upi.com/Defense-News/2019/07/09/Four-companies-awarded-728M-for-special-projects-for-Navy-DHS-CBP/4101562677362/

  • Contract Awards by US Department of Defense - July 9, 2019

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

    Contract Awards by US Department of Defense - July 9, 2019

    ARMY General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $296,100,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the production of Prophet Enhanced systems. 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 June 15, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-17-D-0006). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,125,514 modification (P00012) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 test and evaluation plan, Spiral 3 system hardware qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin missile system. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,125,514 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $245,994,000 indefinite-delivery/indefinite-quantity contract for electronic warfare and avionics system support Georgia Tech Applied Research University and Affiliated Research Center. This contract provides for essential engineering, research and development capabilities and services for the development and sustainment of systems. Work will be performed at Atlanta, Georgia, and is expected to be completed by July 8, 2029. Future orders may include foreign military sales to multiple countries. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,822,133 are being obligated at the time of award. Air Force Life Cycle Management Center's Electronic Warfare, Robins Air Force Base, Warner, Robins, Georgia, is the contracting activity (FA8523-19-D-0006). Northrop Grumman Systems Corp., Chantilly, Virginia, has been awarded a $92,905,016 ceiling increase and option modification (P00027) to previously awarded FA4600-14-D-0004 for systems engineering, management, and sustainment supporting weather-related missions; increasing the ceiling of the indefinite-delivery/indefinite-quantity contract and providing for the establishment of options to increase the ordering period by six months. The modification brings the total cumulative face value of the contract to $392,905,016 from $300,000,000. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2022. No funds are being obligated at the time of award. Air Combat Command 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity. U.S. TRANSPORTATION COMMAND Maersk Line Limited, Norfolk, Virginia, has been awarded an estimated $170,116,349 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W026). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American President Lines LLC, Washington, District of Columbia., has been awarded an estimated $140,308,984 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W014). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey, has been awarded an estimated $83,994,841 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W015). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Matson Navigation Company Inc., Oakland, California, has been awarded an estimated $71,217,825 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W027). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Liberty Global Logistics LLC, Lake Success, New York, has been awarded an estimated $68,353,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W025). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Farrell Lines Inc., Reston, Virginia, has been awarded an estimated $61,956,899 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W021). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded an estimated $55,905,823 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W023). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Central Gulf Lines Inc., New York, New York, has been awarded an estimated $33,998,317 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W017). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Alaska Inc., Federal Way, Washington, has been awarded an estimated $19,451,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W036). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded an estimated $14,001,976 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W037). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Schuyler Line Navigation Company LLC, Annapolis, Maryland, has been awarded an estimated $12,175,878 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W031). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Young Brothers LTD, Honolulu, Hawaii, has been awarded an estimated $7,293,050 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W040). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Henry Schein, Melville, New York, has been awarded a maximum $35,520,833 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for consumable dental items. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a July 15, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0010). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $21,256,902 modification (P00004) to a cost-plus-fixed-fee delivery order (N0001919-F-2512) against a previously issued basic ordering agreement N00019-14-G-0020. This modification provides for modification kits, special tooling and installation labor for the modification and retrofit of F-35 Lightning II Joint Strike Fighter aircraft for the Marine Corps, Navy, Air Force, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2024. Fiscal 2017, 2018, and 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant funds; and FMS funds in the amount of $21,256,902 will be obligated at time of award, $949,495 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($6,664,143; 31%); Navy ($6,290,194; 30%); Air Force ($4,651,660; 22%); non-U.S. DoD participants ($2,966,510; 14%); and FMS customers ($684,394; 3%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia, is awarded a $17,630,160 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for the storage, overhaul, assessment, repair and industrial activity to make ready for issue critical steam plant valves to support Naval Surface Warfare Center Philadelphia Division. The Naval Surface Warfare Center, Philadelphia Division, engineering, technical, production and subsequent logistic support services (including personnel and facilities) required to develop and integrate technological improvements for Steam Safety and Reliability Program critical spares and 2SCOG program for steam valves installed onboard current LHD-1 class and LCC-19 class, as well as support system life cycle requirements required by Naval Surface Warfare Center, Philadelphia Division, Code 412. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by July 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,000,000 will be obligated at 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-4026). ATI Wood-Solesi, Corsico, Italy, is awarded a $14,361,448, firm-fixed-price contract for the P1804 Construct Hydrant System at Naval Air Station Sigonella, Italy. The work to be performed provides for construction of the P1804 type III hydrant system piping loop and pump control panel that will service fueling operations on ramps 1, 2 and 3. This project will be designed in accordance with the latest Department of Defense standard designs and criteria and will include a hydrant loop with seven hydrant refueling pits, pantograph flush/checkout stand facility, pantograph storage area and the replacement of the pump control panel. This project will increase the efficiency of refueling by decreasing the amount of time refueling operations take and the number of personnel required to refuel the aircraft during peak air operations. Work will be performed in Corsico, Italy, and is expected to be completed by July 2021. Fiscal 2018 military construction, (Defense Logistics Agency) contract funds in the amount of $14,361,448 are obligated at the time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-C-5022). Cardno-Amec Foster Wheeler Public Works JV, Charlottesville, Virginia, is awarded a $10,934,892 firm-fixed-price task order N62470-19-F-4093 under a previously indefinite-delivery indefinite-quantity contract (N62470-18-D-3009) for inventory existence and completeness of operating materials and supplies at various Naval Facilities Engineering Command (NAVFAC) public works departments. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $14,868,095. The work to be performed provides for all management, labor, supplies, equipment, information technology, materials and transportation necessary to perform screen of undocumented materials to include identification, inventory, organization, assigning unique locations, and recommendations for disposal. The options, if exercised, provides for the work to be performed at additional NAVFAC locations including Pearl Harbor, Hawaii, Sigonella, Italy, Naples, Italy, and Manama, Bahrain. Work will be performed in San Diego, California (22%); Great Lakes, Illinois (9%); Ventura County, California (9%); Norfolk, Virginia (7%); Kingsville, Texas (5%); Coronado, California (5%); Earle, New Jersey (5%); Washington, District of Columbia (4%); Kittery, Maine, (4%); Lemoore, California (3%); Virginia Beach, Virginia (3%); Seal Beach, California (2%); Indian Head, Maryland (2%); Crane, Indiana (2%); Monterey, California (2%); Fort Worth, Texas (2%); Dahlgren, Virginia (2%); Panama City, Florida (2%); Kitsap, Washington (1%); Corpus Christi, Texas (1%); Everett, Washington (1%); New London, Connecticut (1%); Key West, Florida (1%); China Lake, California (1%); New Orleans, Louisiana (1%); Gulfport, Mississippi (1%); Portsmouth, Virginia (1%); and Yorktown, Virginia (1%). The work is expected to be completed by December 2019. Fiscal 2019 Navy working capital fund contract funds in the amount of $10,934,892 are obligated at the time of this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. NAVFAC AVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Synensys LLC, Peachtree City, Georgia, is awarded a $9,142,957 firm-fixed-price contract for patient safety services at naval military treatment facilities within and outside of the contiguous United States to include: Naval Medical Center, Portsmouth, Virginia (25%); Naval Medical Center, San Diego, California (25%); Naval Health Clinic Annapolis, Maryland (10%); Naval Hospital Pensacola, Florida (10%); Naval Health Clinic, Quantico, Virginia (10%); Naval Health Clinic New England, Newport, Rhode Island (10%); and Naval Hospital Naples, Italy (10%). Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This is a five-year single award contract and work is expected to be completed by Aug. 31, 2024. The contract was competitively procured as a total small business set-aside via the Federal Business Opportunities website, with five offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0004). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1899728/source/GovDelivery/

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

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

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

    DEFENSE INFORMATION SYSTEMS AGENCY Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees 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. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. 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. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111). Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113). McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112). Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110). ARMY The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003). DEFENSE LOGISTICS AGENCY Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. 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 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

  • The US Navy’s Riverines are up-gunned, high tech and ready to lean into great power competition

    9 juillet 2019 | International, Naval

    The US Navy’s Riverines are up-gunned, high tech and ready to lean into great power competition

    By: David B. Larter JOINT EXPEDITIONARY BASE LITTLE CREEK, Va. — The Mark VI patrol boat bristles with heavy automatic weapons, and that's the way its crews like it. “I tell the crews that you want to look like a porcupine,” said U.S. Navy Senior Chief Derrick Cox, who trains the sailors that man the Mark VI as part of Coastal Riverine Squadron 2's training evaluation unit. “You don't want to kick a porcupine because you know there will be consequences.” The Mark VI is a replacement for the Riverine Command Boat, which gained notoriety three years ago when two of them, along with their crews, were captured by the Iranian Revolutionary Guard when they strayed into Iranian waters near Farsi Island in the Arabian Gulf. “This has double, maybe even triple the firepower of the RCB,” Cox said. The RCBs had four mounts that could support a number of heavy weapons to defend the boat. The Mark VI is in another league all together. The boat shown to Defense News this month packed two stabilized, remote-operated, optically guided MK 50, .50-caliber Gun Weapon Systems; two MK 38 Mod 2 (25mm) Gun Weapon Systems (also remotely operated with an advanced optics system); and two crew-served .50-caliber machine guns. “We've demonstrated that we can sustain a firefight for 45 minutes in the Mark VI,” Cox said. The Mark VI was just coming online in January 2016 when the incident at Farsi Island went down — the last of the 12 were delivered by the end of 2018. And though ultimately none of the 10 captured sailors were hurt — they were released along with their RCBs after the personal intervention of then-Secretary of State John Kerry — the incident was deeply embarrassing for the Navy and infuriating for senior leadership. It prompted the service to refocus the Riverines' mission and change the mindset. Navy Expeditionary Combat Command, the parent command of the Riverines, dispensed training for offensive operations and refocused the Coastal Riverine Force toward port and infrastructure security, high-value unit escort missions, and other such anti-terrorism, force protection missions. It also forced the Riverine crews to get serious about their jobs, Cox said. “Our missions were in more permissive environments, and a lot of our training was tailored toward that,” he said. “Now we are geared toward non-permissive environments.” The head of NECC, Rear Adm. Brian Brakke, is taking that new focus and his new Mark VI platform and turning toward the challenge at hand: great power competition. “Where I would like to go is where do we have the opportunity inside the littorals to be able to conduct missions for the Navy that may free up capital assets to go do other missions,” Brakke said. The new Mark VI has a communications suite that well exceeds that of the RCB. The new boat can connect with the fleet via Link 16; it also has high- and ultrahigh-frequency and satellite comms so shore side controllers won't lose track of the boat, as happened during the Farsi Island incident. The 85-foot boat has a top speed of more than 40 knots and a range of up to 500 miles. It has a 10-person crew and can accommodate up to 20 personnel — the RCB maxed out at 15 personnel. Among the possibilities Brakke is looking at: using the Mark VI as a mothership for swarm attacks in conjunction with new 40-foot patrol boats being introduced to the force; operating unmanned aircraft for over-the-horizon surveillance; operating autonomous wave runners for various missions. The boat already comes with a ramp and rails to launch sleds for autonomous vehicles, which means the boats can be employed for mine countermeasures operations in the littorals. The launch capability is an area that needs improvement but is full of potential, Brakke said. “From a force-development and innovation perspective, that's where we are taking a look at how to grow this force and what it can do for us,” Brakke said. “We understood when they developed the craft that if it's going to have that interaction with the fleet, we have to be able to communicate. So having SATCOMs, Link 16, being able to come up on blue-force tracker so that we know where they are, and they know where we are, that was a big piece of this.” Fixing what's broken The 2016 incident with Iran also forced significant organizational changes into the Coastal Riverine Forces. Since the Farsi Island debacle, NECC has worked to close the gaps that contributed to the incident. Up and down the chain of command, the Navy has boosted and improved training and communication, said Cmdr. Mike Ray, the head of Coastal Riverine Group 1, during a June 26 interview. Watch standers in the operations centers that lost track of the RCBs as they got lost and bumbled their way into Iranian waters receive more training and are more fully appraised on the individual boat crews — their strengths and weaknesses, and what exactly they've been trained to do. The turnover process in theater has also been greatly improved and is overseen by both the operational command in theater and by the administrative command, which is responsible for providing a manned, trained and equipped force to the operators. “One of the specific deficiencies that was brought up in the Farsi investigation was that the [turnover] process allowed the incoming squadron and those forces to be ill-prepared to understand some of the theater-specific requirements or changes since the last time they deployed," Ray said. "So every time a squadron turns over now, you've got representatives of my staff or my counterpart in Little Creek from Group 2 who go over there to essentially shepherd that process hand in hand with the [operational control] task force commander to ensure that once the handover is complete, that new squadron ... is fully prepared to execute in that theater.” The improved turnover process gets after what was one of the more controversial questions in the aftermath of the Farsi Island incident: Was that unit ill-prepared when it entered theater, or did it degrade while it was in theater? Vice Adm. Kevin Donegan, then commander of 5th Fleet, determined that the Riverine crews were insufficiently trained prior to departing for deployment. But others argued that Commander Task Force 56 tasked the Riverine crews with a mission for which they weren't properly trained — a long, open-ocean transit from Kuwait to Bahrain — and that the sailors had been in theater for months by the time disaster struck, well removed from their training. The improved turnover then, ideally, cuts out the finger-pointing and ensures that both the relevant task force knows the unit it's getting and are fully briefed on the training and capabilities. Communication between the task force and the trainers back in the states during the deployment has also increased, Ray said. Even though the Riverines are turned over to the operational chain of command in theater, his group is still available to offer expertise and guidance on employment of their units on a mission-by-mission basis. “We backstop them by providing Coastal Riverine Force-specific expertise in those planning briefs. Although they are [in operational control], they reach back to us a lot to provide oversight and review of those to ensure nothing is missed,” Ray said. ‘Ready to fight' One of the more troubling aspects of the Farsi Island incident for the U.S. Navy was the behavior of the crew members, both in allowing themselves to be captured and in the leader of the voyage apologizing to Iran on camera. Leaders in the Riverine force seem to chalk that behavior up to complacency and a lack of the proper mindset in a contested environment. “We spend a significant amount of time talking about a combat mindset — understanding that contact with the enemy is a plausible scenario that they need to be ready for mentally, physically and tactically," Ray said. “I just had the privilege of sending some sailors off to Bahrain to go do security, and it suffices to say that the 5th Fleet theater is contested," he added. "And I'll tell you that every one of those sailors understood that they were headed into an environment where they potentially could be called up to employ those weapons skills, mental toughness, in a contested environment. “So, not to say that there was any goodness that came out of the Farsi Island incident, but it served to reinforce the reality to our sailors that any given sailor, on any given day, perhaps is going to be called upon to demonstrate that toughness, to demonstrate that seriousness of purpose and demonstrate that tactical training: It was a good reminder for all of our sailors of the environment in which they serve.” Brakke, the NECC commander, put it even more directly. “And a lot of times when we talk to the units and the squadrons before they deploy we tell them that you have to be ready to expect that not all of you might come home,” he said. “And that focuses them that this isn't just something where we're going over to just ride around: We're ready to fight and win our nation's wars if we have to. “That's the culture that we've tried to put into place.” https://www.defensenews.com/naval/2019/07/08/the-us-navys-riverines-are-up-gunned-high-tech-and-ready-to-lean-into-great-power-competition/

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.