Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    4149 nouvelles

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

  • The next GPS payload will be fully digital

    15 février 2020 | International, C4ISR

    The next GPS payload will be fully digital

    By: Nathan Strout The navigation payload for the next iteration of GPS satellites has passed its critical design review, contractor L3Harris announced Feb. 11. According to the company, which is designing and building the system, the new payload will provide a more powerful, reliable and flexible GPS signal than previous satellites.The GPS IIIF satellites will follow the first 10 GPS III satellites—the first of which is already on orbit and operational. The Air Force plans to eventually build 22 GPS IIIF satellites. While the GPS III satellites use a 70 percent digital Mission Data Unit, the one in the new GPS IIIF payload will be fully digital. According to L3Harris, the new system will “provide more powerful signals and ensure flawless atomic clock operations.” “The digital payload is flexible enough to adapt to advances in GPS technology and future warfighter mission needs,” said Ed Zoiss, president of L3Harris' space and airborne systems. “Proceeding to the next stage in the GPS IIIF navigation payload development process moves the program closer to supporting evolving Air Force mission requirements.” With the critical design review complete, L3Harris can move forward with final development, test and delivery. The company has contributed navigation technology to every GPS satellite in orbit. While L3Harris is designing the navigation payload, Lockheed Martin is the prime contractor for GPS IIIF. The Air Force awarded Lockheed Martin more than $1.3 billion to build the first two GPS IIIF satellites in 2018. Critical design review for the platform is expected in March 2020, according to Space Force budget documents released Feb. 10. Once that is complete and the program passes Milestone C in the third quarter of FY2020, the Space Force will begin procuring additional GPS IIIF satellites with annual contract options. Delivery of the first GPS IIIF satellite is expected in 2026. Among their advanced features, GPS IIIF satellites will boast regional military protection capabilities, which allow them to deliver regionally-limited high-power M-Code signals. It will also include new laser retro-reflector arrays that can provide on orbit position determination. Furthermore, the GPS IIIF satellites are being designed to potentially incorporate technology from Navigation Technology Satellite 3, an Air Force Research Laboratory space vehicle that will be used to test a variety of position, navigation and timing technologies. L3 Harris is the prime contractor on that program, which recently passed its preliminary design review. https://www.c4isrnet.com/battlefield-tech/space/2020/02/12/the-next-gps-payload-will-be-fully-digital/

  • Introducing Leonardo and Codemar S.A., a new joint venture focused on security and resilience, infrastructure management, and helicopter-based services

    15 février 2020 | International, Aérospatial, C4ISR, Sécurité

    Introducing Leonardo and Codemar S.A., a new joint venture focused on security and resilience, infrastructure management, and helicopter-based services

    Rio de Janeiro, February 12, 2020 - Leonardo, the Italian-headquartered aerospace and security multinational, through its subsidiary Leonardo International, which was set up to support the Company's operations around the world, and Codemar, Companhia de Desenvolvimento de Maricá, have announced the creation of a joint venture named Leonardo&Codemar S.A., with 49% share of Codemar and 51% of Leonardo, established under Brazilian law. The joint venture's objective is to become the flagship in the development and delivery of projects for urban security and resilience as well as new infrastructure and helicopter-based services that will boost the expertise of Brazilian industry. Through the implementation of a range of innovative and challenging projects, Maricá will become a “living lab” for the most exciting and promising technological applications contributing to the safety and quality of citizens' life, and the sustainable development within the area. As of today, Leonardo&Codemar will setup joint project teams that, thanks to Leonardo broad product portfolio and advanced technological capabilities and Codemar knowledge of local requirements, aims to progressively become the partner of the Maricá Municipality and the natural recipient of request for projects and services within its business perimeter. The status of the preferred partner to the Municipality of Maricá will give Leonardo&Codemar access to similar projects as they arise throughout the Latin America region. “We are thrilled about the new development of Leonardo's presence in Brazil, showing how an open minded and fair dialogue between such different organisations can shape unexplored and promising mutual opportunities”, said Leonardo's CEO, Alessandro Profumo. He added, “The new joint venture will focus on delivering systems and services for the security, resilience and protection of populations and territories and will prove how space, cyber and digital, aeronautical, and unmanned technologies can contribute to development”. Leonardo and Codemar are joining up financial and technological resources with the intent of leveraging the best of both companies' experience and know-how to provide innovative products and services to the Municipality of Maricá. Thanks to its strategic location, Maricá is set to become a primary logistic base for Oil & Gas operations throughout the Country, with a huge potential for related businesses (i.e. financial, high tech and services) requiring the best and most reliable networked infrastructures. Similarly, a substantial tourist and residential development, facilitated by the proximity to Rio de Janeiro, will be pursued while respecting the City's spectacular and intact territory. About Leonardo: Leonardo, among the top ten world players in Aerospace, Defence and Security, is Italy's main high-technology industrial company. Organised into five business divisions (Helicopters; Aircraft; Aerostructures; Electronics; Cyber Security) Leonardo has a significant manufacturing presence in Italy, the United Kingdom, Poland and the USA, where it also operates through subsidiaries such as Leonardo DRS (electronics), and joint ventures and partnerships: Telespazio, Thales Alenia Space and Avio (space); ATR (regional aircraft); and Elettronica and MBDA (electronics and defence systems). Listed on the Milan Stock Exchange (LDO), in 2018 Leonardo recorded consolidated revenues of €12.2 billion and invested €1.4 billion in Research and Development. The Group has been part of the Dow Jones Sustainability Index (DJSI) since 2010 and became Industry leader of the Aerospace & Defence sector in 2019. About Codemar: Codemar, Companhia de Desenvolvimento de Maricá, manages public goods and areas, encourages the promotion, socio-economic development and the surroundings of the Municipality of Maricá, in collaboration with the municipality, public bodies and the corporate sector, thanks to a progressive expansion of investments. It also contributes to the definition of public policies for economic development in the city of Maricá. View source version on Leonardo: https://www.leonardocompany.com/en/press-release-detail/-/detail/12-02-2020-introducing-leonardo-codemar-s-a-a-new-joint-venture-focused-on-security-and-resilience-infrastructure-management-and-helicopter-based-serv

  • L3Harris Technologies Selected by US Air Force for Artificial Intelligence Contract

    15 février 2020 | International, Aérospatial, C4ISR

    L3Harris Technologies Selected by US Air Force for Artificial Intelligence Contract

    Melbourne, FLA. February 12, 2020 - The Air Force Life Cycle Management Center has awarded L3Harris Technologies (NYSE:LHX) a multimillion-dollar contract to develop a software platform that will make it easier for analysts to use artificial intelligence (AI) to identify objects in large data sets. This press release features multimedia. View the full release here: https://www.businesswire.com/news/home/20200212005069/en L3Harris Technologies will develop a software platform that will make it easier for analysts to use artificial intelligence (AI) to identify objects in large data sets. The U.S. military and intelligence community are inundated with massive amounts of data generated by remote sensing systems. Automated searches using algorithms that can identify pre-loaded images of objects makes pinpointing them easier. However, in order to train these algorithms, real images are often unavailable because they are either rare or do not exist. The L3Harris tool creates sample images used to train search algorithms to identify hard-to-find objects in the data, which will help make it easier for the military and intelligence community to adopt artificial intelligence. “L3Harris is a premier provider of modeling and simulation capabilities that provide risk reduction for our customers who rely on advanced geospatial systems and data,” said Ed Zoiss, President, Space and Airborne Systems, L3Harris. “Accelerating the use of AI will help automate analysis of large geospatial data sets so warfighters receive trusted data faster and more efficiently.” About L3Harris Technologies L3Harris Technologies is an agile global aerospace and defense technology innovator, delivering end-to-end solutions that meet customers' mission-critical needs. The company provides advanced defense and commercial technologies across air, land, sea, space and cyber domains. L3Harris has approximately $18 billion in annual revenue and 50,000 employees, with customers in 130 countries. L3Harris.com. Forward-Looking Statements This press release contains forward-looking statements that reflect management's current expectations, assumptions and estimates of future performance and economic conditions. Such statements are made in reliance upon the safe harbor provisions of Section 27A of the Securities Act of 1933 and Section 21E of the Securities Exchange Act of 1934. The company cautions investors that any forward-looking statements are subject to risks and uncertainties that may cause actual results and future trends to differ materially from those matters expressed in or implied by such forward-looking statements. Statements about the value or expected value of orders, contracts or programs and about system capabilities are forward-looking and involve risks and uncertainties. L3Harris disclaims any intention or obligation to update or revise any forward-looking statements, whether as a result of new information, future events, or otherwise. View source version on businesswire.com: https://www.businesswire.com/news/home/20200212005069/en/

  • Saab Signs Partnering Agreement with Australian Department of Defence for Combat Management Systems

    15 février 2020 | International, Naval, C4ISR

    Saab Signs Partnering Agreement with Australian Department of Defence for Combat Management Systems

    February 12, 2020 - Saab has signed an Enterprise Partnering Agreement with the Australian Department of Defence to provide combat management systems across all the Royal Australian Navy's major surface ships. Saab has not yet received a new order. As previously announced by Saab and the Australian Department of Defence, Saab will deliver the tactical interface to the Royal Australian Navy's fleet of Hunter class frigates. The tactical interface will be based on Saab's ‘Next Generation' Combat Management System (CMS), which will become part of all the Navy's major surface ships. “This agreement is an important milestone in our long-standing relation with Australia and we look forward to continue building our partnership and supporting the Royal Australian Navy's capability with our state-of-the art combat management system”, says Anders Carp, head of Saab business area Surveillance. Saab will deliver the ‘Next Generation' CMS to Australia's new Arafura class offshore patrol vessels and the Supply class auxiliary oiler replenishment ships. Saab will also modernise the 9LV CMS currently in use in the Anzac class frigates, and will provide the software for the future tactical interface for the Hobart class destroyer when their current CMS is modernised. For further information, please contact: Saab Press Centre, +46 (0)734 180 018 presscentre@saabgroup.com www.saabgroup.com www.saabgroup.com/YouTube Follow us on twitter: @saab Saab serves the global market with world-leading products, services and solutions within military defence and civil security. Saab has operations and employees on all continents around the world. Through innovative, collaborative and pragmatic thinking, Saab develops, adopts and improves new technology to meet customers' changing needs View source version on Saab: https://saabgroup.com/media/news-press/news/2020-02/saab-signs-partnering-agreement-with-australian-department-of-defence-for-combat-management-systems/

  • Contract Awards by US Department of Defense - February 13, 2020

    15 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 13, 2020

    WASHINGTON HEADQUARTERS SERVICES Dexis Consulting Group, Washington, District of Columbia (HQ0034-20-D-0004); and IDS International Government Services LLC, Arlington, Virginia (HQ0034-20-D-0005), have been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a maximum amount of $300,000,000. This requirement will provide assessment, monitoring and evaluation to the Defense Security Cooperation Agency. The Functional Category 1 award provides security cooperation support consisting of support to security cooperation programs and initiatives. Some activities included are: support to planning, program design, execution, administration and implementation of security cooperation initiatives; justify, manage and utilize assigned program resources, including budget and personnel; manage stakeholder communications; monitor deliverables. Work performance will take place in the Northern Capital Region, including the Pentagon and Crystal City, Arlington, Virginia. No funds will be obligated at the award of the basic IDIQ contract. Appropriate fiscal 2020 funds will be obligated on all subsequent task orders. The expected completion date is Sept. 24, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. ARMY FN America LLC, Columbia, South Carolina, was awarded a $119,216,309 firm-fixed-price contract for M4/M4A1 carbine. 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 Jan. 30, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0006). Lockheed Martin Missile Fire Control, Grand Prairie, Texas, was awarded a $32,183,907 cost-plus-fixed-fee contract to provide field-level High Mobility Artillery Rocket System (HIMARS)/Multiple Launch Rocket System (MLRS) launcher maintenance support to the Army, Marine Corps and Navy. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of June 30, 2022. Fiscal 2020 operations and maintenance, Army; and overseas contingency operations transfer, Defense funds in the amount of $32,183,907 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-C-0017). AECOM Management Services Inc., Germantown, Maryland, was awarded an $8,370,149 modification (000261) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services in support of maintenance, supply and transportation. Bids were solicited via the internet with nine received. Fiscal 2020 operations and maintenance, Army funds in the amount of $8,370,149 were obligated at the time of the award. Work will be performed in Mannheim and Dulmen, Germany, with an estimated completion date of Nov. 20, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded an $8,301,000 modification (P00003) to contract W912PM-20-C-0006 for dredging of Morehead City, Wilmington, Savannah, and Brunswick Harbors. Work will be performed in Morehead City, North Carolina, with an estimated completion date of July 31, 2020. Fiscal 2018 and 2019 civil operations and maintenance funds in the amount of $8,301,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, Delaware, is the contracting activity. NAVY Ahtna-CDM JV,* Irvine, California (N62473-20-D-0034); Heffler Contracting Group,* El Cajon, California (N62473-20-D-0035); Patricia I. Romero Inc., doing business as Pacific West Builders,* National City, California (N62473-20-D-0036); Bristol Design Build Services LLC,* Anchorage, Alaska (N62473-20-D-0037); Dimensions Construction,* San Diego, California (N62473-20-D-0038); and PacWest Construction and Engineering,* Temecula, California (N62473-20-D-0039), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract small business set-aside for commercial and institutional building alterations, repairs, renovations and new construction projects at various government installations within Naval Bases San Diego, Coronado, Point Loma and Marine Corps Air Station, Miramar. The work to be performed provides for alterations, repairs, renovations, and new construction within the North American Industry Classification System code 236220, for commercial and institutional building projects. The maximum dollar value including the two-year base period and one three-year option period for all six contracts combined is $99,999,000. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in metropolitan San Diego, California area. The terms of the contracts are not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds for $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M, N, O&M, Marine Corps; and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 38 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $23,869,990 firm-fixed-price contract for Mk 41 Vertical Launching System canister production, canister renewal, ancillary hardware, spares and associated support equipment. This contract provides for the manufacture and delivery of new Mk 41 Vertical Launching System canisters (Mk 13 Mod 0, Mk 14 Mod 2, Mk 15 Mod 1; Mk 21--Mod 2, Mod 3 and Mod 4; Mk 25--Mod 0 and Mod 1; and Mk 29 Mod 0); ancillary hardware; spares and associated support equipment. Additionally, it provides for the upgrade, renew, refurbish and/or repair of the canisters listed above, as well as Mk 14 Mod 1 and Mk 15 Mod 0. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $954,516,290. This contract combines purchases for the government of Japan (68%); the government of Denmark (29%); the government of Korea (2%); and the Navy (1%) under the Foreign Military Sales program. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by May 2021. If all options are exercised, work will continue through May 2024. Fiscal 2020 weapons procurement (Navy) (1%); and Foreign Military Sales funding for $23,869,990 (99%) was obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5380). (Awarded Feb. 11, 2020) John C. Grimberg Co., Inc., Rockville, Maryland, is being awarded a $20,987,000 firm-fixed-price contract for the renovation of Building 8 at Marine Corps Barracks, Washington. This work to be performed is for the restoration and modernization of the command post Building 8 at the Marine Corps Barracks, Washington. The project will repair by replacement all building systems including the demolition and removal of all existing obsolete building materials and systems. It will replace internal non-original fixed partition walls, windows, interior and some exterior doors, internal floors, wall and ceiling hard and soft finishes. The renovation incudes the replacement of all plumbing systems and fixtures as well as upgrade of all HVAC systems. Other improvements include the installation of fire detection and suppression systems, replacement of electric power and lighting distribution lines and equipment, and upgrades to communication, security and alarm systems. The project will restore all existing historic stairways to meet safety code requirements and incorporate one centrally located four-stop elevator. Removal and abatement of hazardous materials is necessary to create a safe working environment. The second floor breezeway connector and enclosure to Building 9 will be repaired and refinished as part of this project. Antiterrorism/force protection window, door and related component upgrades are included. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance, (Marine) contract funds for $20,987,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-20-C-0007). Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $17,086,701 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Arctic (T-AOE 8). Work will include seal change for reduction gear main thrust bearings, main switch board cleaning, dry-docking of the vessel, ships service diesel generator turbocharger overhaul, rigid hull inflatable boat davit five year overhaul and weight test, underwater hull cleaning and painting, replace rudder seals, steel renewal, overhaul spanwire and hauling winch electric motor, propeller shaft and stern tube inspection and freeboard cleaning and painting. The contract includes options, which, if exercised, would bring the total contract value to $20,730,455. Work will be performed in North Charleston, South Carolina, and is expected to be completed by May 30, 2020. Contract funds for $17,086,701 are obligated in fiscal 2020 using Navy working capital funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-6012). Lockheed Martin Corp., Liverpool, New York, is awarded a $15,285,603 firm-fixed-price delivery order (N00019-20-F-0535) against basic ordering agreement (N00019-19-G-0029). This delivery order procures four retrofit advanced radar processor systems to include required non-recurring engineering and 16 high-density servers for the E-2D Advanced Hawkeye aircraft. Work will be performed in Liverpool, New York (54%); and Andover, Maine (46%), and is expected to be completed in May 2023. Fiscal 2019 aircraft procurement (Navy) funds for $15,285,603 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. AIR FORCE The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $99,900,000 cost-plus-fixed-fee contract for the Airborne Warning and Control System (AWACS) Block 40/45 full rate production completion. This contract provides for the continued acquisition of supplies and services associated with the production of the E-3 AWACS Block 40/45 upgrade. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by fiscal 2024. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 aircraft procurement funds in the amount of $42,200,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0023). (Awarded Jan. 31, 2020) Ranco Construction Inc., Southampton, New Jersey (FA4484-20-D-0012); Flagship Contracting Inc., South Plainfield, New Jersey (FA4484-20-D-0013); and Eastern Construction & Electric Inc., Wrightstown, New Jersey (FA4484-20-D-0014), are each being awarded a ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for underground utilities for $66,000,000. The contractors will provide all plant, labor, equipment, tools, supplies and materials to perform work necessary for replacement, repair and improvement for underground utilities. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Aug. 12, 2025. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance will fund the contract using individual task orders with no funds being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. Avix-BGI JV LLC, Yorktown, Virginia, has been awarded a $9,032,988 firm-fixed-price modification (P00002) to contract FA4890-19-C-0004 for the EC-130H/A-10C aircrew training and courseware development. The contract modification is for exercising and funding Option Year One. The total cumulative face value of the contract is $45,236,369. Fiscal 2020 operations and maintenance funds in the amount of $9,032,988 are being obligated at the time of award. Work will be performed at Davis-Monthan Air Force Base (AFB), Arizona; and Moody AFB, Georgia, and is expected to be completed Jan. 31, 2021. The contracting activity is Air Combat Command, Acquisition Management & Integration Center, Langley AFB, Virginia. DEFENSE LOGISTICS AGENCY Praxair Inc., Danbury, Connecticut (SPE601-20-D-1504, $15,653,203); and Airgas USA LLC, Tulsa, Oklahoma (SPE601-20-D-1503, $11,747,297), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE601-19-R-0310 for liquid nitrogen. These were competitive acquisitions with two offers received. These are five-year contracts with no option periods. Locations of performance are Connecticut, Colorado and Oklahoma, with a Jan. 31, 2025, performance completion date. Using customer is Lockheed Martin. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy – Aerospace, Joint Base San Antonio, Texas. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2084309/source/GovDelivery/

  • Contract Awards by US Department of Defense - February 12, 2020

    13 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 12, 2020

    AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $225,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-138 engine and component depot repair. This contract provides the Air Force with the depot repair support required for the F-138 engine and components. Work will be performed at Richmond, British Columbia, and is expected to be completed by Feb. 11, 2030. This award is the result of a competitive acquisition. Fiscal 2020 operations and maintenance funds in the amount of below $1,118,975 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0004). The Victor Group, San Antonio, Texas, has been awarded a $10,564,430 modification (P00016) to previously-awarded contract FA8052-18-C-0010 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Dover Air Force Base (AFB), Delaware; Hanscom AFB, Massachusetts; Andrews AFB, Maryland; Bolling AFB, Washington, District of Columbia; Wright-Patterson AFB, Ohio; Langley AFB, Virginia; Scott AFB, Illinois; Whiteman AFB, Missouri; Seymour Johnson AFB, North Carolina; Minot AFB, North Dakota; and Grand Forks AFB, North Dakota, and is expected to be completed Feb. 13 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,564,430 will be obligated at the time of award. The total cumulative value of this contract including Option One is $24,234,322. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Main Building Maintenance Inc., San Antonio, Texas, has been awarded a $10,400,074 modification (P00015) to contract FA8052-18-C-0006 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at the Air Force Academy, Colorado; Buckley Air Force Base (AFB), Colorado; Peterson AFB, Colorado; Schriever AFB, Colorado; Beale AFB, California; Eielson AFB, Alaska; Elmendorf AFB, Alaska; Fairchild AFB, Alaska; Ellsworth AFB, South Dakota; FE Warren AFB, Wyoming; Hill AFB, Utah; Malmstrom AFB, Montana; McConnell AFB, Kansas; Mountain Home AFB, Idaho; Nellis AFB, Nevada; and Offutt AFB, Nebraska, and is expected to be completed on Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,400,074 will be obligated at time of award. The total cumulative value for this contract, not including Option One, is $9,677,258. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. Titan Facility Services LLC, Gilbert, Arizona, has been awarded a $10,012,679 modification (P00019) to contract FA8052-18-C-0009 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Little Rock Air Force Base (AFB), Arkansas; Barksdale AFB, Louisiana; Keesler AFB, Mississippi; Eglin AFB, Florida; Hurlburt Field AFB, Florida; MacDill AFB, Florida; Tyndall AFB, Florida; Patrick AFB, Florida; Charleston AFB, South Carolina; Shaw AFB, South Carolina; Moody AFB, Georgia; Robins AFB, Georgia; Columbus AFB, Mississippi; Altus AFB, Oklahoma; Tinker AFB, Oklahoma; and Vance AFB, Oklahoma, and is expected to be completed Feb. 13, 2021. Fiscal 2020 operations and maintenance funds in the amount of $10,012,679 will be obligated at the time of award. The total cumulative value of this contract including Option One is $19,858,371. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. TFOM HHS Group JV, Austin, Texas, has been awarded a $9,843,221 modification (P00010) to contract FA8052-19-C-A002 for Healthcare Aseptic Management Services to exercise Option Year One for medical aseptic housekeeping, waste management and linen management. Work will be performed at Cannon Air Force Base (AFB), New Mexico; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; Davis-Monthan AFB, Arizona; Luke AFB, Arizona; Dyess AFB, Texas; Goodfellow AFB, Texas; Lackland AFB, Texas; Laughlin AFB, Texas; Randolph AFB, Texas; Sheppard AFB, Texas; Los Angeles AFB, California; Edwards AFB, California; and Vandenberg AFB, California, and is expected to be completed by Feb. 13, 2021. Fiscal 2020 operations and maintenance funds for $9,843,221 will be obligated at time of award. The total cumulative value of this contract, including Option One is $18,784,172. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity. NAVY Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $40,000,000 cost-plus-incentive-fee and cost-only modification to a previously-awarded delivery order N00024-19-F-6201 under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for the design, prototyping and qualification testing for electronic warfare systems equipment. This effort will award the design of Navy equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding for $8,207,000 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. Raytheon Co., Missile Systems, Tucson, Arizona, is awarded a $35,874,452 firm-fixed-price modification to a previously-awarded contract (N00024-18-C-5432) for over-the-horizon weapon systems. Under this contract, Raytheon Co., Missile Systems, will manufacture and deliver over-the-horizon weapon systems that consist of encanistered missiles (EM) loaded into launching mechanisms (LM) and a single fire control suite (FCS). This contract consists of firm-fixed-price EMs (tactical, telemetered and inert operational); FCSs; LMs; mission support equipment; training equipment and courses; cost-plus-fixed-fee engineering services; and cost-only travel and other direct costs. Work will be performed in Kongsberg, Norway (75%); Tucson, Arizona (15%); Schrobenhausen, Germany (4%); Raufoss, Norway (3%); McKinney, Texas (2%); and Louisville, Kentucky (1%), and is expected to be completed by February 2022. Fiscal 2020 weapon procurement (Navy) for $34,369,290 (95.8%); and other procurement (Navy) for $1,505,162 (4.2%), 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 Navy Yard, Washington, District of Columbia, is the contracting activity. Childs Engineering Corp.,* Bellingham, Massachusetts, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $15,000,000 for underwater and above-water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations; underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities predominantly in the U.S. but also worldwide to include Florida (15%); Connecticut (10%); Georgia (10%); Massachusetts (10%); Maine (10%); New Hampshire (10%); New Jersey (10%); Pennsylvania (10%); Rhode Island (10%); Illinois (2%); Puerto Rico and U.S. Virgin Islands (1%); South Carolina (1%); and Tennessee (1%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2207). Marine Solutions Inc.,* Nicholasville, Kentucky, is awarded as a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in Mid-Atlantic region including Maryland (40%); Virginia (40%); and Washington, District of Columbia (20%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2208). Lloyd Collins JV, Houston, Texas, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities in various states to include Florida (28%); California (25%); Hawaii (25%); Texas (15%); Louisiana (5%); and Mississippi (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with six proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2209). Appledore Marine Engineering LLC,* Portsmouth, New Hampshire, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build request for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; and construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Northwest states and all Pacific U.S. territories including Washington state (80%); Alaska and American Pacific territories (18%); and Oregon (2%). The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with seven proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2210). Jacobs Government Services Co., Irvine, California, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for underwater and above water inspection, material condition assessment, engineering and design services in support of sustainment, restoration and modernization and military construction projects at Department of Defense waterfront and ocean facilities at various locations outside of the continental U.S. The work to be performed provides for architect-engineer services to include, but not limited to: field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of design/build requests for proposals and invitation for bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities worldwide. The term of the contract is not to exceed 60 months with an expected completion date of February 2025. Fiscal 2020 operations and maintenance, Navy (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N funds. This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2211). Client Solution Architects LLC, Mechanicsburg, Pennsylvania, is awarded a $7,560,402 modification to a previously-awarded cost-plus-fixed-fee task order issued by the Naval Information Warfare Systems Command. This modification increases the value of the basic contract by $7,560,402; the contract's new total value is $26,964,672. This modification provides for the exercise of a cost-plus-fixed-fee option for an additional year of acquisition management, program management and integrated logistics support services for the Undersea Communications and Integration Program Office. Fiscal 2020 operations and maintenance, Navy (O&M, N); research, development, test and evaluation (Navy); and other procurement (Navy) funds for $1,530,328 will be obligated at the time of award. O&M, N funds for $374,000 will expire at the end of the fiscal year. Work will be performed in San Diego, California, and is expected to be completed by February 2021. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-17-F-3001). DEFENSE LOGISTICS AGENCY Carter Industries,* Olive Hill, Kentucky, has been awarded a maximum $30,294,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men's and women's sage-green flyer coveralls. This was a competitive acquisition with one response received. This is an 18-month base contract with two one-year option periods. Location of performance is Kentucky, with an Aug. 11, 2021, performance completion date. Using customer is Air Force and Navy. 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-1238). ARMY Bencor Global Inc., Frisco, Texas, was awarded a $24,500,000 modification (P00031) to contract W911WN-14-C-0002 for work related to East Branch Dam Cutoff Wall. Work will be performed in Wilcox, Pennsylvania, with an estimated completion date of Dec. 7, 2020. Fiscal 2020 funds in the amount of $24,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity. Crosby Dredging LLC, Galliano, Louisiana, was awarded a $12,492,900 firm-fixed-price contract to dredge and remove approximately 1.3 million cubic yards of shoal material from the Turning and Anchorage Basin in the Sabine Neches Waterway. Bids were solicited via the internet with five received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Aug. 11, 2020. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0004). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2082835/source/GovDelivery/

  • Space Force awards $253.6M contract for protected comms

    13 février 2020 | International, C4ISR

    Space Force awards $253.6M contract for protected comms

    By: Nathan Strout The Space Force awarded Northrop Grumman a $253.6 million contract to develop a payload that would provide a higher level of protection to war fighters relying on satellite communications on the battlefield. The contract is for the Protected Tactical SATCOM payload, the service announced Feb. 12. Protected Tactical SATCOM (PTS) is the Space Force's planned next generation anti-jamming satellite system, which will provide tactical communications for war fighters all over the world — including the polar regions — using the Protected Tactical Waveform. As PTS is developed, the Space Force plans to begin offering Protected Tactical Waveform communications over the Wideband Global SATCOM system and later commercial satellites systems. The Space Force said in a statement it will award up to four payload development contracts. According to the FY 2021 Space Force budget request, the service is employing a spiral development strategy that will incrementally deploy prototypes progressively demonstrating new anti-jamming technologies. The payloads will be designed to potentially be hosted on other satellites as a cost saving measure. The contract was awarded through the Space Enterprise Consortium. “We are excited to partner with Northrop Grumman to enable the rapid development of a protected communications prototype payload,” said Col. Dennis O. Bythewood, program executive officer for the Space and Missile Systems Center's Development Corps. “The technology maturation and prototyping effort conducted under the SpEC (Space Enterprise Consortium) Other Transaction Agreement will allow SMC to harness the innovation of partnerships between traditional defense and non-traditional/small business contractors with a projected on-orbit capability three years earlier than a traditional acquisition.” https://www.c4isrnet.com/battlefield-tech/space/2020/02/13/space-force-awards-2536m-protected-tactical-satcom-contract

  • Leonardo DRS Wins Contract worth up to $808 Million to Provide C5ISR Interconnection Equipment

    12 février 2020 | International, Terrestre, C4ISR

    Leonardo DRS Wins Contract worth up to $808 Million to Provide C5ISR Interconnection Equipment

    Arlington, Va, February 10, 2020 - Leonardo DRS, Inc. announced today that it has been awarded a contract worth up to $808 million to provide a suite of electronic products to link C5ISR equipment to combat vehicles across the armed services and to satisfy interconnection requirements for federal agencies. Under the indefinite delivery/indefinite quantity Interconnection Equipment Contract from the Defense Logistics Agency Land, Aberdeen Proving Ground, MD, Leonardo DRS would deliver wiring harnesses, installation kits, cable assemblies, cabling, connectors and services. The products will be delivered to the Department of Defense and other federal agencies in the United States government. The products are key components of U.S. military vehicle architectures and are used to connect vehicle C5ISR systems, tactical computer systems, networks, radio systems, and weapon systems. “We are pleased to have been awarded this opportunity to continue our proud legacy as a provider of critical core equipment necessary to the reliable operation of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance systems for our men and women in uniform,” said Bill Guyan, senior vice president and general manager of the Leonardo DRS Land Electronics business. “By leveraging our manufacturing center of excellence, we are able to provide best-value high-quality products with on-time delivery to our customers.” ABOUT LEONARDO DRS Leonardo DRS is a prime contractor, leading technology innovator and supplier of integrated products, services and support to military forces, intelligence agencies and defense contractors worldwide. Its Land Electronics business unit Provides C4I Network computing and integrated situational awareness, as well as state-of-the-art embedded diagnostics, vehicle power management and combat vehicle integration products and services. Headquartered in Arlington, Virginia, Leonardo DRS is a wholly owned subsidiary of Leonardo S.p.A. See the full range of capabilities at www.LeonardoDRS.com and on Twitter @LeonardoDRSnews. MEDIA ENQUIRES Michael Mount Senior Director, Public Affairs mmount@drs.com +1 571 447 4624 View source version on Leonardo DRS: https://www.leonardodrs.com/news/press-releases/leonardo-drs-wins-contract-worth-up-to-808-million-to-provide-c5isr-interconnection-equipment/

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

    12 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    U.S. SPECIAL OPERATIONS COMMAND Institute of Applied Engineering Inc. (IAE), University of South Florida (USF), Tampa, Florida, was awarded an $85,000,000 maximum indefinite-delivery/indefinite-quantity contract (H92405-20-D-0001) in support of U.S. Special Operations Command (USSOCOM) for access to applied research and advanced technology development. USSOCOM will collaborate with IAE to conduct research, hardware and software development, test and evaluation, demonstration, prototyping, and limited system production. Additionally, IAE will facilitate access to USF education and training resources. The work will be performed in Tampa and is expected to be completed by Feb. 9, 2025. The contract was awarded through other than full and open competition. USSOCOM headquarters, Tampa, Florida, is the contracting activity. (Awarded Feb. 10, 2020) L3Harris Technologies Inc., Clifton, New Jersey, was awarded a $48,715,001 modification on an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-incentive-fee, and cost reimbursable contract (H9224120D0001) for the Suite of Integrated Radio Frequency Countermeasures program for U.S. Special Operations Command (USSOCOM). This modification for program management, contractor logistics support, field service representatives and travel raises the contract ceiling to $50,000,000. The majority of the work will be performed in Clifton, New Jersey. This contract is a non-competitive award in accordance with Federal Acquisition Regulation 6.302.1. USSOCOM headquarters, Tampa, Florida, is the contracting activity. NAVY Tekla Research Inc.,* Fredericksburg, Virginia, is awarded an $82,999,168 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides test and evaluation engineering, prototyping, and integration of warfare systems into Navy aircraft and aviation systems. In addition, this contract provides developmental test and evaluation of lab, ground, and flight-testing of newly installed or developmental systems and/or modifications to fleet-deployed systems as well as data gathering to support potentially new systems, improve existing systems, and experimentation and testing of prototypes. Work will be performed in Patuxent River, Maryland (96.5%); China Lake, California (1%); Point Mugu, California (1%); Norfolk, Virginia (1%); and Lakehurst, New Jersey (0.5%), and is expected to be completed in March 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside, competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0024). The Boeing Co., St. Louis, Missouri is awarded $19,271,301 for a firm-fixed-priced delivery order N00383-20-F-0AY0 under a previously awarded basic ordering agreement (N00383-18-G-AY01) for the repair of various avionics equipment used on the F/A-18 aircraft. Work will be performed in Lemoore, California (99%); and Philadelphia, Pennsylvania (1%). Work will be completed by December 2022. Annual working capital funds (Navy) in the full amount of $19,271,301 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. AIR FORCE Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $67,584,243 firm-fixed-price, cost-plus-fixed-fee modification (PZ0010) to contract FA8615-16-C-6048 for upgrading F-16s for the government of Singapore. Work will be performed at Lockheed Martin Aeronautics, Fort Worth, Texas; and in Singapore. This contract is expected to be completed by June 30, 2023, and is a Foreign Military Sales acquisition for the government of Singapore. This contract was a sole-source acquisition, and the total cumulative face value of the contract is $1,008,584,243. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity. Cyber Systems & Services Solutions, Bellevue, Nebraska, has been awarded a $17,590,503 firm-fixed-price and cost-plus-fixed-fee modification (P0009) to contract FA8773-18-D-0002 to exercise Option II for Defensive Cyber Realization, Integration, and Operational Support (DCRIOS) services. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed Feb. 28, 2021. This modification is the result of a competitive acquisition and seven offers were received. Fiscal 2020 operations and maintenance funds in the amount of $10,934,344.00 are being obligated at the time of award. The 38th Contracting Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity. ARMY Great Lakes Dredge & Deck Co. LLC, Old Brook, Illinois, was awarded a $17,573,575 firm-fixed-price contract for maintenance dredging of Baltimore Harbor and York Spit Channel, Chesapeake. Bids were solicited via the internet with four received. Work will be performed in Chesapeake, Virginia, with an estimated completion date of Aug. 9, 2020. Fiscal 2020 cost-share and civil operations and maintenance funds in the amount of $17,573,575 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0006). Safariland LLC, Casper, Wyoming, was awarded an $8,944,506 firm-fixed-price contract for a 12-gauge, direct-fire, low-hazard, non-shrapnel producing shell. Bids were solicited via the internet with one received. 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 Feb. 11, 2025. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-F-0161). Midwest Construction Co.,* Nebraska City, Nebraska, was awarded a $7,310,007 firm-fixed-price contract for levee rehabilitation. Bids were solicited via the internet with one received. Work will be performed in Papillion, Nebraska, with an estimated completion date of Sept. 30, 2020. Fiscal 2019 civil flood control and coastal emergencies funds in the amount of $7,310,007 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska is the contracting activity (W9128F-20-C-0012). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2081595/source/GovDelivery/

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.