Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3591 nouvelles

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

  • Troy Crosby named new Assistant Deputy Minister of Materiel at DND

    5 novembre 2019 | Local, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Troy Crosby named new Assistant Deputy Minister of Materiel at DND

    DAVID PUGLIESE, OTTAWA CITIZEN Troy Crosby has been appointed Assistant Deputy Minister of Materiel at the Department of National Defence. His appointment is effective Nov. 11. The ADM Materiel position opened up in August when Pat Finn decided to retire. At that time, Crosby (pictured above) assumed the role of Acting ADM(Materiel). In addition, Rear Admiral Simon Page will retire from the Royal Canadian Navy and will be appointed Chief of Staff Materiel. Page will start in that position starting Dec. 16th. https://ottawacitizen.com/news/national/defence-watch/troy-crosby-named-new-assistant-deputy-minister-of-materiel-at-dnd

  • A new Defence Procurement Agency – Would it solve anything?

    5 novembre 2019 | Local, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    A new Defence Procurement Agency – Would it solve anything?

    By Brian Mersereau Defence Watch Guest Writer During the recent federal election, the issue of considering a new Defence Procurement Agency or DPA surfaced again. The Liberals made such an organization part of their defence platform this time around as part of their plan to improve military procurement. While positive outcomes could result from a new organizational structure, simply installing one will not in and of itself create an efficient procurement model. It most certainly will not address in any substantive manner why taxpayers pay far too much to acquire the defence capabilities Canada needs to protect our sovereign interests in a world that has become increasingly unstable in recent years. It appears that, in many cases, Canada pays more per unit of capability to satisfy its defence needs than most of its allies. Unfortunately, though quite logically, this phenomenon has effectively shrunk the size of our armed forces as the number of platforms we can afford to acquire continues to dwindle due to high costs. While this approach can create short-term jobs, they are ultimately unsustainable since there is no international market for our higher-priced solutions. This is not the direction in which Canada should be headed. Before Canada decides to move ahead with a new procurement agency, it should assemble a “smart persons” panel or forum to thoroughly review the existing system and establish the mandate and objectives of whatever type of organization results from said review. Such a review group must be composed of people from the public and private sector with significant experience, not skewed with staff whose procurement experience primarily consists of exposure to the Canadian “way”. During this review, the panel must examine various issues which are currently perceived to be an impediment to the efficiency of Canada's procurement system. Based on my own years of experience on both the buy and sell sides of the procurement equation, the following areas merit some serious thought: Organizational Structure The fewer individuals, departments and oversight committees with their fingers in the “procurement pie”, the quicker and more coherently things will get done. Even at today's interest rates, time really is money for all involved in the process. Adding more time to a schedule for another management review quite often has a negative impact. While I understand governance and oversight committees have their place, their overinvolvement can produce negative outcomes if mandates are not absolutely clear and if individuals on these committees have limited experience with respect to the issue at hand. Risk Canada's ongoing method for defence procurement is that it will not assume any risk on their side of a contract. If Canada insists the private sector must accept all risk, the private sector will so oblige – but at a significant price and to the detriment of schedules and timelines. As contract prices necessarily increase, so do governments costs to manage the contract. In reality, the most efficient procurement solution for Canada would see some elements of risk managed by the buyer, rather than entirely borne by the seller. More consideration needs to go into balanced risk-sharing formulas. Process Canada has an extremely hands-on procurement process for major systems during the competitive phase, as well as during the implementation of the contract. Even in this digital age, Canada hamstrings its own progress with the sheer degree of detail and bureaucracy it requires; unbelievably, freight trucks are still required to deliver proposals. It seems as though, on occasion, the buyer thinks it knows more about designing and engineering the defence systems Canada needs than the actual designers and engineers for whom it is a primary occupation. Requirements of little or no consequence are painstakingly spelled out in the greatest of detail. Such an approach has a tremendous impact on the amount of time consumed by both the buyer and seller, again driving up costs and extending schedules. Less “hand holding” by the customer must be seriously considered. Sole Source In the procurement world, “sole source” is often viewed as a dirty phrase. Frequently, Canada attempts to run competitions in scenarios where the chances of achieving any meaningful savings or benefits related to competition are low at best. This takes years and drives costs higher at no measurable gain for the buyer. The parameters of when and under what circumstances Canada should move directly to a sole source should be thoroughly reviewed. Significant resources are being wasted managing nearly meaningless processes. Skills Canada's internal skill set for managing large, complex defence procurements does not appear to be adequate. As a result, it turns more and more often to the expertise of external third parties in order to keep up with large private sector firms at the negotiation table from a knowledge and experience standpoint. While there will always be a need for some third-party expertise, project managing many external suppliers in the negotiation phase – each of whom have their own agendas – only further complicates the already convoluted procurement process. Canada would be much better off with an enhanced internal core staff. If Canada takes the time to review the appropriateness of some form of DPA model, it must cast the net wider and review other critical aspects of the procurement process – or else any organizational changes will inevitably succumb to the systematic inertia of the overall process. A failure to do so means Canada will continue struggling mightily to stand-up the level of defence and security necessary to secure its citizens in an increasingly turbulent world. https://ottawacitizen.com/news/national/defence-watch/a-new-defence-procurement-agency-would-it-solve-anything

  • Contract Awards by US Department of Defense - November 04, 2019

    5 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 04, 2019

    DEFENSE LOGISTICS AGENCY Brothers Produce Inc.,* Friendswood, Texas, has been awarded a maximum $202,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 60-month contract with no option periods. Location of performance is Texas, with a Nov. 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S736). Hesco Bastion Inc., North Charleston, South Carolina, has been awarded a maximum $24,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Expeditionary Barrier System. This is a 10-month, 300-day bridge contract. Locations of performance are South Carolina and the United Kingdom with a Sept. 1, 2020, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-20-D-0001). Frank Gargiulo & Son Inc.,* Hillside, New Jersey, has been awarded a maximum $16,483,500 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a 54-month contract with no option periods. Locations of performance are New Jersey and New York, with a May 3, 2024, performance completion date. Using customers are Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-S737). NAVY Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded a $146,039,547 modification (P00025) to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm-target and firm-fixed-price contract (N00019-17-C-0015). This modification exercises the option to upgrade nine MV-22 aircraft from the Block B to the Block C configuration, as well as planned maintenance intervals for eight MV-22 aircraft, in support of the Common Configuration-Readiness and Modernization (CC-RAM) program. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in March 2022. Fiscal 2018 and 2020 aircraft procurement (Navy - AP, N); and fiscal 2020 operation and maintenance (Navy – OM, N) funds in the amount of $146,039,547 will be obligated at time of award, $6,049,632 of which will expire at the end of the current fiscal year (Funding: fiscal 2018 AP, N $5,654,683; fiscal 2020 AP, N $139,989,915; and fiscal 2020 OM, N $394,949). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Space, Titusville, Florida, is awarded a $40,304,886 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00002) to exercise options under a previously awarded contract (N00030-19-C-0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Denver, Colorado (28%); Sunnyvale, California (25.2%); Biddeford, Maine (14.7%); Cape Canaveral, Florida (12.5%); Clearwater, Florida (9.8%); Oak Ridge, Tennessee (4.4%); Scottsdale, Arizona (2.2%); and other various locations (less than 1% each, 3.2% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2020 weapons procurement (Navy) funds in the amount of $32,016,540; and fiscal 2020 other procurement (Navy) funds for $8,288,346 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract was awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $34,230,269 firm-fixed-price delivery order (N00019-20-F-0331) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the non-recurring engineering, logistics product data, 28 Group A-1 retrofit kits, 28 Group A-2 retrofit kits, and 28 Group B retrofit kits for incorporation of the Distributed Targeting Processor-Network into the F/A-18 aircraft for the Navy and the Government of Australia. Work will be performed in St. Louis, Missouri (99%); China Lake, California (0.5%); and Whidbey Island, Washington (0.5%), and is expected to be completed in June 2022. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $33,816,097; and Foreign Military Sales funds in the amount of $414,172 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. Lockheed Martin Corp., Orlando, Florida, is awarded a $20,700,000 firm-fixed price contract for the design, fabrication, procurement, delivery, installation, integration, configuration, technical documentation, test, modernization and concurrency of the Littoral Combat Ship Freedom Variant Integrated Tactical Trainer devices installed at Naval Station Mayport, Florida; and Naval Station San Diego, California. Work will be performed in Orlando, Florida (51%); Moorestown, New Jersey (35%); Baltimore, Maryland (8%); Clearwater, Florida (3%); and Marion, Massachusetts (3%), and is expected to be completed in March 2022. Fiscal 2019 other procurement (Navy) funds in the amount of $20,700,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to U.S. Code 2304(c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0003). Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $20,324,973 modification (P00272) to a previously awarded cost-plus-incentive-fee contract (N00019-06-C-0081) to provide System Demonstration Test Article Aircraft (SDTA) to support various test requirements under the System Development and Demonstration (SDD) program. The purpose of this contract modification is to definitize the costs associated with the instrumentation and transition of the aircraft between SDD and SDTA. Work will be performed in Stratford, Connecticut, and is expected to be completed in February 2021. No funding is included in this contract modification; this requirement will be incrementally funded. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY High Desert Support Services, Alexandria, Virginia, was awarded a $30,000,000 modification (P00019) to contract W9124B-18-C-0004 for installation support services. Work will be performed in Fort Irwin, California, with an estimated completion date of Oct. 31, 2020. Fiscal 2020 operation and maintenance, Army funds in the amount of $2,968,096 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Irwin, California, is the contracting activity. (Awarded Oct. 31, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2008047/source/GovDelivery/

  • U.S. Marine Corps Orders More Amphibious Combat Vehicles from BAE Systems

    4 novembre 2019 | International, Terrestre

    U.S. Marine Corps Orders More Amphibious Combat Vehicles from BAE Systems

    October 30, 2019 - BAE Systems has received a $120 million contract from the U.S. Marine Corps for additional Amphibious Combat Vehicles under a third order for Low Rate Initial Production (LRIP). This award is an important next step on the path to full rate production. This press release features multimedia. View the full release here: https://www.businesswire.com/news/home/20191030005625/en/ This latest contract is for the ACV personnel carrier variant (ACV-P), an eight-wheeled amphibious assault vehicle capable of transporting Marines from open-ocean ship to shore and conducting land operations. Each vehicle embarks 13 Marines in addition to a crew of three. “This award further validates the Marine Corps' confidence in the vehicle's proven capability in meeting their amphibious mission, and represents an important step toward fielding the vehicle in the Fleet Marine Force. The ACV is a highly mobile, survivable and adaptable platform designed for growth to meet future mission role requirements while bringing enhanced combat power to the battlefield,” said John Swift, director of amphibious programs at BAE Systems. Current low-rate production is focused on the ACV-P variant. More variants will be added under full rate production to include the command and control (ACV-C), 30mm medium caliber turret (ACV-30) and recovery variants (ACV-R) under the ACV Family of Vehicles program. BAE Systems previously received the Lot 1 and Lot 2 awards. The Marine Corps selected BAE Systems along with teammate Iveco Defence Vehicles for the ACV program in 2018 to replace its legacy fleet of Assault Amphibious Vehicles, which have been in service for decades and were also built by BAE Systems. ACV production and support is taking place at BAE Systems locations in Stafford, Virginia; San Jose, California; Sterling Heights, Michigan; Aiken, South Carolina; and York, Pennsylvania. View source version on businesswire.com: https://www.businesswire.com/news/home/20191030005625/en/

  • Multimillion-euro contract: International customer orders air defence systems from Rheinmetall

    4 novembre 2019 | International, Terrestre

    Multimillion-euro contract: International customer orders air defence systems from Rheinmetall

    October 30, 2019 - Rheinmetall has won an order from an international customer for state-of-the-art air defence systems. The contract, which is now official, is worth a total of around €210 million. Delivery is to be complete by 2022. Among other items, the order encompasses Skymaster command and control systems, X-TAR 3D radars, Oerlikon Revolver Gun MK3-automatic cannon as well as an ammunition package that includes airburst-capable AHEAD rounds. Spare parts, technical documentation and service support round out the order. As the world's leading supplier of comprehensive ground-based air defence solutions, Rheinmetall combines all relevant sensors, effectors, platforms and C4I assets in overarching, scalable networks. This results in highly effective, modularly configurable ground-based air defence systems that assure maximum operational flexibility throughout the military mission spectrum. View source version on Rafael Advanced Defense systems Ltd. : https://www.rheinmetall.com/en/rheinmetall_ag/press/news/latest_news/index_18752.php

  • Contract Awards by US Department of Defense - November 01, 2019

    4 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - November 01, 2019

    NAVY Rightstar Inc., Vienna, 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 potential estimated value of this category of BPA is $820,450,000. This agreement is being awarded as part of a multi-reseller/multi-software publisher software category management award for commercial off-the-shelf 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 publisher under this agreement is Nlyte. The BPA provides for the purchase of Nlyte products and services by the DoD, U.S. intelligence community, and the Coast Guard worldwide. The ordering period will be for a maximum of 10 years from Nov. 1, 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. Two offers were received and two were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-A-0006). Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a cost-plus incentive-fee $77,377,019 contract modification (P00002) to a previously awarded contract (N00030-19-C-0015) for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment (CMC). Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20%); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%), and is expected to be completed by March 31, 2024. Fiscal 2020 shipbuilding and conversion Navy funding in the amount of $34,868,308 will be obligated on this award. Fiscal 2020 United Kingdom common funding in the amount of $42,508,711 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Ultra Electronic Ocean Systems, Braintree, Massachusetts, is awarded a $45,161,439 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and firm-fixed-price contract for engineering and technical service for the design, development, testing, integration, technology insertion/refreshment and system support of the AN/BPS radar software management system on new construction and in-service submarines. Work will be performed in Chantilly, Virginia (50%); and Wake Forest, North Carolina (50%), and is expected to be completed by October 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,861,439, and be complete by May 2026. Fiscal 2019 shipbuilding and conversion (Navy-SCN); 2015 shipbuilding and conversion (Navy-SCN); 2019 other procurement (Navy-OPN); and 2014 shipbuilding and conversion (Navy-SCN) funding in the amount of $1,700,000 will be obligated at time of award and will not expire at the end of current fiscal year — funding: fiscal 2019 SCN (58%); fiscal 2015 SCN (18%); fiscal 2019 OPN (18%); and fiscal 2014 SCN (6%). In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute 15 U.S. Code 638(r)(4) states: "To the greatest extent practical, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6202). Lockheed Martin, Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,019,951 cost-plus-fixed-fee modification to a previously-awarded contract N00024-11-C-2300 to exercise an option for the accomplishment of post-delivery support for USS Minneapolis-Saint Paul (LCS 21) of the Littoral Combat Ship (LCS) program. This option exercise is for post-delivery support for the LCS program. Lockheed Martin, Rotary and Mission Systems, will provide expert design, planning and material support for LCS 21's post-delivery period. Lockheed Martin will perform the planning and implementation of deferred design changes that have been identified during the construction period. The corrections and upgrades are necessary to support USS Minneapolis-St. Paul sail-away and follow-on post-delivery test and trials period. Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, District of Columbia (7%), and is expected to be completed by October 2021. Fiscal 2015 shipbuilding and conversion (Navy) funding for $7,000,000 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. General Electric Co., Cincinnati, Ohio, is awarded an $8,747,720 firm-fixed-price delivery order (N00024-20-F-4117) under a previously-awarded basic ordering agreement N00024-18-G-4113 for integrated electronic controller kits for LM2500 marine gas turbine engines. The materials procured under this basic ordering agreement are LM2500 MGTEs and related material. MGTEs are installed in FFG 7, CG 47, DDG 51, LCS Independence variant, LHD 8 and LHA 6AF-class vessels. Work will be performed in Cincinnati, Ohio, and is expected to be completed by December 2020. Fiscal 2020 other procurement (Navy) funding in the amount of $8,747,720 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. DEFENSE INTELLIGENCE AGENCY Dynetics Inc., Hunstville, Alabama (HHM402-19-D-0023), was awarded a five-year base with possible five-year option indefinite-delivery/indefinite-quantity contract with a ceiling value of $737,992,267. This contract will provide support services for the Missile and Space Intelligence Center. Work will be performed at Redstone Arsenal and Huntsville, Alabama, with an expected completion date of Oct. 31, 2029. The contract was awarded through a full and open solicitation and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton, Alexandria, Virginia (HHM402-20-D-0002); Deloitte Consulting LLP, Arlington, Virginia (HHM402-20-D-0003); Logistics Management Institute, Tysons, Virginia (HHM402-20-D-0004); and Solutions Through Innovative Technologies, Fairborn, Ohio (HHM402-20-D-0005); were awarded a one-year base plus four one-year options indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract for strategic workforce analysis planning and management (SWAPM) with a maximum obligation amount of $88,714,746. This contract will provide support services to strategic workforce planning and analysis initiatives to support career field managers and organizational talent and position management requirements. Work will be performed in the National Capital Region with an estimated completion date of Oct. 17, 2024. No funds were obligated at time of award. The SWAPM contract was awarded through a full and open solicitation and five offers were received. Each company will receive a $2,500 minimum guarantee. Task Orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, labor hour and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. (Awarded Oct. 18, 2019) MISSILE DEFENSE AGENCY Raytheon Missile Systems, Tucson, Arizona, is being awarded a sole source, cost only contract modification (P00069) under previously awarded contract HQ0276-15-C-0003 to increase the CLIN 0014 undefinitized contract action not-to-exceed value by $267,178,800 from $387,187,200 to $654,366,000. Under this modification, the "pacing items only" restriction is removed and the contractor is now authorized to work the full, unchanged, effort to manufacture, assemble, test and deliver 20 Standard Missile-3 Block IIA missiles and related efforts, and four missiles under Foreign Military Sales (FMS) case JA-P-ATB to Japan. The value of the contract is increased by $267,178,800 from $1,198,400,240 to $1,465,579,040. The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an estimated completion date of December 2022. Fiscal 2018 procurement, defense-wide funds in the amount of $209,000,000; and FMS funds in the amount of $7,652,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0276-15-C-0003). ARMY Ravenswood Solutions, Fremont, California, was awarded a $62,896,230 hybrid (cost-no-fee and firm-fixed-price) contract for a fully instrumented, highly realistic, and immersive training environment. 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 Oct. 31, 2024. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0002). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,043,846 modification (P00091) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 and 2020 procurement of weapons and tracked combat vehicles; and operations and maintenance, Army funds in the amount of $9,043,846 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Montana State University, Bozeman, Montana, was awarded an $8,600,000 modification (P00001) to contract W911W6-18-C-0050 for or primary aircraft structure, to understand and overcome challenges to production of primary aircraft structure using stretch-broken carbon fiber. Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation, Army funds in the amount of $8,600,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Shearwater Mission Support LLC,* Anchorage, Alaska, was awarded a $7,238,172 modification (P00008) to contract W911S8-18-D-0018 for installation support 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 Oct. 30, 2020. U.S. Army Mission Installation Contracting Command, Yuma Proving Ground, Arizona, is the contracting activity. DEFENSE LOGISTICS AGENCY U.S. Foods Inc., Salem, Missouri, has been awarded a maximum $43,988,785 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for customers in the Missouri and Illinois area. 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 364-day bridge contract with no option periods. Location of performance is Missouri, with an Oct. 31, 2020, performance completion date. Using customers are Army, Air Force, Army National Guard, Air National Guard and other federal agencies. Type of appropriation is fiscal 2020 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3243). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $25,340,721 fixed-price, indefinite-delivery/indefinite-quantity contract for tire and wheel assemblies. This was a competitive acquisition with one response received. This is a three-year base contract with two one-year option periods. Locations of performance are Wisconsin and New Jersey, with an Oct. 31, 2022, performance completion date. Using customers are Army and foreign military sales. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0022). AIR FORCE Raytheon Missile Systems, Tucson, Arizona, has been awarded a $16,553,897 cost-plus-fixed-fee contract for universal armament interface. This contract provides for system engineering and program management for universal armament interface development. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 19, 2024. This award is the result of a sole source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $923,829 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8628-20-C-2267). Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $13,394,557 firm-fix-price with economic-price-adjustment for sustainment of B-1B Aircraft. This contract provides 48 shield mild detonating cord (SMDC) kits for B-1B aircraft; with each kit contains 461 SMDC lines. Work will be performed at Hollister, California, and is expected to be completed by June 30, 2023. This award is the result of a sole source acquisition. Fiscal 2018, 2019 and 2020 aircraft procurement funds in the amount of $13,394,557 will be obligated at the time of the award. The Air Force Life Cycle Management Center, Ammunition Contracting Division, Hill Air Force Base, Utah, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2006604/source/GovDelivery/

  • Here’s the robotic vehicle that will carry equipment for US troops

    1 novembre 2019 | International, Terrestre

    Here’s the robotic vehicle that will carry equipment for US troops

    By: Jen Judson WASHINGTON — The U.S. Army has selected General Dynamics Land Systems' Multi-Utility Tactical Transport, or MUTT, for its Squad Multipurpose Equipment Transport unmanned ground system program of record. The initial contract for the eight-wheel drive robotic vehicle totals $162.4 million and includes support hardware, user training and technical support. The contract will wrap up at the end of October 2024, according to an Oct. 30 Defense Department announcement. GDLS will produce 624 systems for the Squad Multipurpose Equipment Transport, or SMET, program under the contract and will begin delivery in the second quarter of fiscal 2021, an Army spokesperson confirmed to Defense News. Four companies were chosen at the end of 2017 to compete to build the robotic vehicle that will help troops carry equipment on the battlefield. A team of Applied Research Associates and Polaris Defense; General Dynamics Land Systems; HDT Expeditionary Systems and Howe & Howe were selected to build 20 platforms each that were issued to two infantry brigade combat teams for testing and analysis of utility in the field. Polaris' MRZR X was evaluated as well as HDT's six-wheel drive Global Hunter WOLF, or Wheeled Offload Logistics Follower. Textron-owned Howe & Howe offered its Grizzly unmanned vehicle, which is powered by an electric engine. HDT's Global Hunter WOLF was recently picked, along with three other teams to include Textron and QinetiQ North America, to compete to build vehicles for the Robotic Combat Vehicle-Light effort. The Army selected those teams from an array of companies chosen to participate in a demonstration event in the fall of 2017 at Fort Benning, Georgia. Other companies that participated in that demonstration included American Robot Company; Lockheed Martin; AM General; Robo-Team NA; and QinetiQ North America. For the SMET program, the Army was looking for a vehicle that can carry about 1,000 pounds worth of soldier equipment. This equates to lightening the load of nine soldiers across an infantry squad. The Army wanted the robots to be able to travel 60 miles over three days and to be able to provide a spare kilowatt hour of power while moving and at least 3 kilowatt hours while stationary. https://www.defensenews.com/land/2019/10/31/heres-the-robotic-vehicle-that-will-carry-equipment-for-us-troops/

  • Contract Awards by US Department of Defense - October 31, 2019

    1 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 31, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-incentive-fee contract modification (P00345) under previously awarded contract HQ0276-10-C-0001. The total value of this contract modification is $139,663,509. The total value of the contract increases from $3,024,726,153 by $139,663,509 to $3,164,389,662. This modification provides for scope supporting Aegis Ballistic Missile Defense, including additional upgrades to Baseline 5.4, flight test, ground test, post-certification engineering, in-service support, and future studies. This contract modification contains a three month option period which, if exercised, will increase the cumulative value of this contract to $3,210,363,559. Work will be performed in Moorestown, New Jersey, with an expected completion date of July 31, 2020. If all options are exercised, the period of performance would extend through Oct. 31, 2020. Fiscal 2019 and 2020 research, development, test and evaluation; fiscal 2018, 2019 and 2020 procurement defense wide; and fiscal 2020 operations and maintenance funds in the amount of $12,080,453 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. NAVY General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $90,686,673 cost-plus-incentive-fee, cost-plus-fixed-fee and firm-fixed-price contract for sustainment of the Littoral Combat Ship Integrated Combat Management System and associated combat system elements. The work includes development, integration, test and delivery of future combat system baseline upgrades for in-service ships; supporting ship integration, installation and checkout; developmental test/operational test; developing training and logistics products; providing field technical support for the combat system; providing hardware engineering and equipment procurement; providing life-cycle supportability engineering; and providing fleet support for fielded baselines. Work will be performed in Pittsfield, Massachusetts (79.4%); San Diego, California (19.3%); and Mobile, Alabama (1.3%), and is expected to be completed by October 2024. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $393,837,142. Work is expected to be complete by October 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $1,013,124 will be obligated 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 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 (N00024-20-C-5603). Management Services Group Inc., doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded an $83,726,453 cost-plus-fixed-fee, firm-fixed-price, and cost-only contract modification to previously awarded contract N63394-19-C-0008 to exercise options for the sustainment of the Common Processing System. This option exercise is for production and installation of ordnance alteration (ORDALT) kits and associated engineering services, logistics and incidental materials in support of the Common Processing System. ORDALT kits are anticipated to be installed on Aegis destroyers, Aegis cruisers, Landing Helicopter Deck, Landing Ship Dock, aircraft carriers and Japanese destroyers. Work will be performed in Norfolk, Virginia (21%); San Diego, California (16%); Yokosuka, Japan (11%); Honolulu, Hawaii (8%); Dahlgren, Virginia (6.5%); Wallops Island (6.5%); Aegis Ashore (5%); Everett, Washington (5%); Mayport, Florida (5%); Moorestown, New Jersey (5%); Port Hueneme, California (5%); Washington, District of Columbia (3%); Rota, Spain (3%); Deveselu, Romania (2.5%); and Redzikowo, Poland (2.5%), and is expected to be complete by October 2020. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $116,436,973 and be complete by July 2024. Fiscal 2014 shipbuilding and conversion (Navy) funding for $1,483,823 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity. Dyncorp International LLC, Fort Worth, Texas, is awarded a $56,496,749 modification (P00033) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable contract (N68936-17-C-0052). This modification exercises an option that provides aircraft maintenance, modification and aircrew support. This modification includes organizational-level aircraft maintenance and logistics support on aircraft, systems/subsystems, aircrew systems, search-and-rescue equipment and support equipment for P-3 Orion, C-130 Hercules, F/A-18 Hornet, E/A-18 Growler, AV-8B Harrier II and H-60 Seahawk for the Naval Test Wing Pacific. Work will be performed in China Lake, California (50%); Point Mugu, California (40%); Hickman Air Force Base, Hawaii (2%); Lemoore, California (2%); Patrick Air Force Base, Florida (1%); Holloman Air Force Base, New Mexico (1%); Patuxent River, Maryland (1%); Yuma, Arizona (1%); Miramar, California (1%) and North Island, California (1%), and is expected to be completed in October 2020. Fiscal 2020 working capital (Navy) funds for $42,121,234 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. General Dynamics Information Technology Inc., Fairfax, Virginia, is awarded a $46,103,818 modification (P00024) to a previously awarded indefinite-delivery/indefinite-quantity contract (W15QKN-15-D-0001) to execute Award Term 4 for integrated logistics support for multiple Foreign Military Sales customers. Work will be performed at Patuxent River, Maryland (52%); Mechanicsburg, Pennsylvania (5.5%); Philadelphia, Pennsylvania (5.5%); Jacksonville, Florida (2.5%); Pensacola, Florida (2.5%); various other locations within the continental U.S. (4%); Kuwait City, Kuwait (24%); Atsugi, Japan (1%) Iwakuni, Japan (1%); Koahsiung, Taiwan (1%); and Cairo, Egypt (1%), and is expected to be completed in October 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Boston Consulting Group, Bethesda, Maryland, is awarded a $16,054,435 modification (P00007) to a previously issued firm-fixed-price order (N00421-19-F-0106) against a General Services Administration, Federal Supply Schedule contract (GS-10-F-0253V). This modification exercises the option to continue the implementation of a new Naval Sustainment System (NSS) to include the development of governance, coordination and accountability mechanisms across the Naval Aviation Enterprise. The Commander for the Fleet Readiness Center's contribution to the NSS will deploy commercial maintenance best practices, tailored to the Navy's operational requirements and starting position; in order to reduce component repair and heavy maintenance periodic maintenance inspection turnaround times and better enable aviation readiness recovery. Work will be performed in Bethesda, Maryland, and is expected to be completed in April 2020. Fiscal 2020 operation and maintenance (Navy) funds for $16,054,435 will be obligated at time of award, all 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. Raytheon Co., Tewksbury, Massachusetts, is awarded an $11,517,079 cost-plus-fixed-fee and cost-plus-incentive-fee modification to a previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precise firepower, and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (51%); Tewksbury, Massachusetts (21%); San Diego, California (11%); Nashua, New Hampshire (6%); Bath, Maine (5%); Los Angeles, California (3%); Marlboro, Massachusetts (2%); and Fort Wayne, Indiana (1%), and is expected to be completed by October 2020. Fiscal 2020 research, development, test and evaluation (Navy); and operation and maintenance (Navy) funding for $3,164,948 will be obligated at time of award, and funds for $712,934 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $10,000,353 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N00019-19-C-0016). This modification extends the period of performance and increases scope to include obsolescence redesign in support of the production and delivery of Harpoon Block II missiles for the government of Saudi Arabia. Work will be performed in McKinney, Texas (63.46%); Minneapolis, Minnesota (21.61%); and St. Louis, Missouri (14.93%), and is expected to be completed in November 2019. Foreign Military Sales funds for $10,000,353 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. Physical Optics Corp.,* Torrance, California, is awarded an $8,631,282 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the design, test, production and delivery of up to 503 C-Band radar tracking transponders in support of the Aerial Targets program. Work will be performed in Torrance, California, and is expected to be completed in October 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside via an electronic request for proposal; three offers were received. The Naval Air Warfare Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0005). Sealift Inc., Oyster Bay, New York, is awarded an $8,592,948 modification under a previously awarded firm, fixed-price contract (N32205-17-C-3510) to fund the third one-year option period. The option will continue to provide one U.S. flagged vessel (M/V Bernard Fisher) for prepositioning and transportation of cargo for the Department of the Air Force. The current contract includes a 12-month base period, four 12-month option periods, and one 212-day option period. Work will be performed worldwide, and is expected to be completed by Nov. 5, 2020. This contract option will be funded by fiscal 2020 working capital funds for $7,747,740; and fiscal 2021 for $845,208, for a total amount of $8,592,948. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3510). DEFENSE LOGISTICS AGENCY Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $36,306,061 firm-fixed-price contract for multiple radar equipment components. 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 one-time procurement contract with no option periods. Locations of performance are Virginia and Massachusetts, with a June 14, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-20-F-DK02). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $35,902,768 firm-fixed-price contract for control display units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Iowa, with an Oct. 31, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0003). AIR FORCE The Boeing Co., Layton, Utah, has been awarded a $22,571,000 firm-fixed-price contract modification (P00009) to previously award contract FA8204-19-C-0001 for ICBM Cryptography Upgrade Increment II (ICU II) production. This modification exercises production Lot 2, Option 1 and provides the government 54 A-4 drawers. Work will be performed at Huntsville, Alabama; Huntington Beach, California; and Layton, Utah, and is expected to be completed by Jan. 12, 2022. The total cumulative face value is $104,213,725. Fiscal 2019 missiles procurement funds in the amount of $1,826,000; and fiscal 2020 missiles procurement funds in the amount of $20,745,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM Contracting Division, Hill Air Force Base, Utah, is the contracting activity. Raytheon Co., Tewksbury, Massachusetts, has been awarded a $22,250,138 cost-plus-incentive-fee contract modification (P00039) to previously awarded FA8730-15-C-0002 for the Qatar Air Missile Defense Operation Center (ADOC). The contract modification is for the procurement of the outside continental U.S. transfer of ADOC prime mission equipment (PME), installation of ADOC PME, integration activities, training of ADOC operators, and development of a communications cabinet. Work will be performed in Tewksbury, Massachusetts; and Qatar, and is expected to be completed by May 31, 2020. This modification involves 100 percent foreign military sales to Qatar. Total cumulative face value of the contract is $303,037,178. Foreign Military Sales funds in the amount of $22,250,138 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $9,331,526 cost-plus-incentive-fee contract modification (P01025) to a previously awarded contract F19628-02-C-0010 for sustainment of the Ground-Based Electro Optical Deep Space Surveillance (GEODSS) weapons system. Work will be performed at White Sands Missile Range, New Mexico; Diego Garcia, British Indian Ocean Territory; Maui, Hawaii; and Colorado Springs, Colorado, and is expected to be completed by June 30, 2020. The total cumulative face value is $9,331,516. Fiscal 2020 operations and maintenance funds in the amount of $3,463,000 are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. ARMY Olsson Industrial Electric Inc., Springfield, Oregon, was awarded a $14,644,904 firm-fixed-price contract to replace the four main unit 15kV switchgear line-ups, replace the 480V station service switchgear, replace the unwatering/sump pumps and motors, transformer deluge containment, rehab of transformer fire protection system, replace the governor kidney loop system and install new generator step up transformers at the Robert S. Kerr Reservoir Powerhouse. Bids were solicited via the internet with two received. Work will be performed in Keota, Oklahoma, with an estimated completion date of July 31, 2021. Fiscal 2010 operations and maintenance; and civil works funds in the amount of $14,644,904 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0002). Thoma-Sea Marine Constructors,* Houma, Louisiana, was awarded an $8,731,775 firm-fixed-price contract for planning, scheduling, engineering, construction, testing and delivery of an inland z-drive workboat. Bids were solicited via the internet with three received. Work will be performed in Olmsted, Illinois, with an estimated completion date of March 9, 2022. Fiscal 2019 civil works and civil construction funds in the amount of $8,731,775 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0002). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2005134/source/GovDelivery/

  • Contract Awards by US Department of Defense - October 30, 2019

    31 octobre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - October 30, 2019

    ARMY General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $162,403,915 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure small multipurpose equipment transport systems; support hardware including authorized stockage list kits and prescribed load list kits; and services for refurbishment, user training, field service representative, system technical support, program management support for pre-production meetings, and storage. Four bids were solicited with four received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 29, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-20-D-0002). The Boeing Co., Mesa, Arizona, was awarded a $62,294,566 modification (PZ0005) to contract W58RGZ-19-C-0024 for performance-based logistics support for the AH-64D/E Apache Attack helicopter. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2024. Fiscal 2019 Army working capital funds in the amount of $62,294,566 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AGCM Inc.,* Corpus Christi, Texas (W912DY-20-D-0002); Alliance Consulting Group Inc.,* Alexandria, Virginia (W912DY-20-D-0003); PCS and MOCA JV LLC,* Decatur, Georgia (W912DY-20-D-0004); Professional Project Services Inc., Oak Ridge, Tennessee (W912DY-20-D-0005); Project Time and Cost LLC, Atlanta, Georgia (W912DY-20-D-0006); and Michael Baker International Inc., Alexandria, Virginia (W912DY-20-D-0007), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $69,247,177 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for up to 931,200 man hours of installation and certification technical support to the Combat Integration and Identification Systems Division, Naval Air Warfare Center, Aircraft Division (NAWCAD) Webster Outlying Field and Patuxent River in support of the Navy and the governments of Japan, South Korea and Australia. Work will be performed in St. Inigoes, Maryland (80%); and Rockville, Maryland (20%), and is expected to be completed in April 2025. No funds will be 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; one offer was received. The NAWCAD, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0003). Aircraft Readiness Alliance LLC,* Anchorage, Alaska, is awarded a $55,170,944 modification (P00012) to a previously awarded cost-plus-fixed-fee contract (N68936-17-C-0081). This modification exercises an option to provide depot level maintenance services in support of the Fleet Readiness Center Southwest mission. Work will be performed in San Diego, California (79.5%); Lemoore, California (8.5%) Camp Pendleton, California (3.4%); Yuma, Arizona (2.4%); Miramar, California (2.2%); Whidbey Island, Washington (1.7%); Kaneohe Bay, Hawaii (1%); Nellis, Nevada (1%); and Fallon, Nevada (0.3%), and is expected to be completed in October 2020. Fiscal 2020 working capital (Navy) funds in the amount of $19,062,893 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. AUSTAL USA LLC, Mobile, Alabama, is awarded a $21,529,121 cost-plus-fixed-fee task order N69316-20-F-4000 against a previously awarded basic ordering agreement N00024-19-G-2318 to accomplish advance planning, material procurement and work in support of the post shakedown availability (PSA) of the littoral combat ship USS Charleston (LCS 18). This effort encompasses all of the manpower, support services, material, non-standard equipment and associated technical data and documentation required to prepare for and accomplish the USS Charleston (LCS 18) PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Seattle, Washington, and is expected to be completed by September 2020. Fiscal 2020 operation and maintenance (Navy); fiscal 2014 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $14,700,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Funding: fiscal 2020 operation and maintenance, Navy (75%); fiscal 2014 shipbuilding and conversion (20%); and fiscal 2019 other procurement, Navy (5%). This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. The Boeing Co., Seattle, Washington, is awarded a $17,630,211 modification (05) to a cost-plus-fixed-fee delivery order (N00019-17-F-2017) against a previously issued basic ordering agreement (N00019-16-G-0001). This modification exercises an option to perform 27 modifications in support of the Increment 3 Block 1 retrofit requirement for P-8A aircraft for the Navy and the government of Australia. Work will be performed in Seattle, Washington (64.9%); Edinburgh, Australia (33.8%); and Meza, Arizona (1.3%), and is expected to be completed in September 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,362,276; and cooperative engagement agreement funds in the amount of $6,267,935 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $10,571,178 modification (P00015) to a previously awarded cost-plus-incentive-fee contract (N00019-14-C-0040). This modification provides for the development and delivery of an enhanced simulator database and project management support for the F-35 aircraft in support of the government of Japan. Work will be performed in Orlando, Florida (70%); and Fort Worth, Texas (30%), and is expected to be completed in July 2021. Foreign Military Sales funds in the amount of $10,311,534 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity. DEFENSE LOGISTICS AGENCY Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $35,266,682 firm-fixed-price contract for transmissions. 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 one-year base contract with one, one-year option period being awarded at the time of award. Location of performance is Indiana, with a March 31, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-C-0023). Alliant Healthcare, Grand Rapids, Michigan, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical/surgical supplies. This was a competitive acquisition with 16 responses received. This is a five-year contract with no options. Location of performance is Michigan, with an Oct. 29, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0004). Propper International, Cabo Rojo, Puerto Rico, has been awarded a maximum $13,099,478 firm-fixed-price, indefinite-quantity contract for Improved Combat Vehicle Crewmen's coveralls with the operational camouflage pattern. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with two responses received. Location of performance is Puerto Rico, with an Oct. 29, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1205). AIR FORCE Lockheed Martin Co., Space Systems Co., King of Prussia, Pennsylvania, has been awarded a $7,325,831 contract modification (P00031) to previously awarded contract FA8823-17-C-0003 for the AN/UMQ-13 Meteorological Data Station MARK IV-B System sustainment. The MARK IV-B is a web enabled client-server system that receives, processes, disseminates and stores real time imagery and mission sensor data from polar orbiting and geostationary satellites. Data from multiple satellites can be processed simultaneously. Using approved network protocols the system disseminates environmental imagery and sensor data to internal/external modeling systems and provides stored environmental imagery and sensor data to forecaster users. The MARK IV-B Forecaster client software is fully interrogatable and enables weather personnel to manipulate and transform environmental data. The MARK IV-B provides both automatic and semiautomatic dissemination of products to other approved external systems. Work will be performed at King of Prussia, Pennsylvania, and is expected to be completed by Oct. 31, 2020. The total cumulative face value is $27,313,202. Fiscal 2020 operations and maintenance funds in the amount of $3,438,207; and spectrum relocation funds in the amount of $644,391 are being obligated at the time of option award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. *Small Business

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.