Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    2317 nouvelles

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

  • Thales Completes Acquisition Of Gemalto To Become A Global Leader In Digital Identity And Security

    2 avril 2019 | Local, Sécurité

    Thales Completes Acquisition Of Gemalto To Become A Global Leader In Digital Identity And Security

    Thales (Euronext Paris: HO) has today completed the acquisition of Gemalto (Euronext Amsterdam and Paris: GTO), creating a global leader in digital identity and security. With Gemalto, Thales will cover the entire critical decision chain in a digital world, from data generation via sensors, to real-time decision support. This acquisition increases Thales's revenues to €19 billion and self-funded R&D to €1 billion a year, with 80,000 employees in 68 countries. PARIS — Completed in 15 months, the acquisition of Gemalto by Thales for €4.8 billion creates a Group on a new scale and a global leader in digital identity and security employing 80,000 people. The larger Thales will master all the technologies underpinning the critical decision chain for companies, organisations and governments. Incorporating the talent and technologies of Gemalto, Thales will develop secure solutions to address the major challenges faced by our societies, such as unmanned air traffic management, data and network cybersecurity, airport security or financial transaction security. Thales completes acquisition of Gemalto to become a global leader in digital security This combination creates a world-class leader with an unrivalled portfolio of digital identity and security solutions based on technologies such as biometry, data protection, and, more broadly, cybersecurity. Thales will thus provide a seamless response to customers, including critical infrastructure providers such as banks, telecom operators, government agencies, utilities and other industries as they step up to the challenges of identifying people and objects and keeping data secure. Research and development: inventing the world of tomorrow Thales and Gemalto share a passion for the advanced technologies that serve as a common foundation and focus for their 80,000 employees. Research and development (R&D) is at the core of the new Group, with its 3,000 researchers and 28,000 engineers dedicated to R&D. Thales has been developing state-of-the-art technologies to meet the most demanding requirements of customers around the world for decades. Today the Group has become a giant laboratory inventing the world of tomorrow, with a portfolio of 20,500 patents, of which more than 400 new ones were registered in 2018. Technological synergies The new Thales will cover the entire critical decision chain in an increasingly interconnected and vulnerable world, with capabilities spanning software development, data processing, real-time decision support, connectivity and end-to-end network management. With €1 billion a year devoted to self-funded R&D, the Group will continue to innovate in its key markets, drawing in particular on its world-class digital expertise in the Internet of Things, Big Data, artificial intelligence and cybersecurity. The first illustrations are as wide as the Group's portfolio: Banking: Big Data analytics Defence: biometrics Aerospace: unmanned traffic management Ground transportation: Internet of Things Space: Internet of Things Telecommunications: Big Data analytics An extended global footprint Following this acquisition, Gemalto will form one of Thales's seven global divisions, to be named Digital Identity and Security (DIS). Gemalto will interact with all of the Group's civil and defence customers and will significantly strengthen its industrial presence in 68 countries. Thales will considerably expand its operations in Latin America (2,500 employees, up from 600), triple its presence in Northern Asia (1,980, from 700), Southeast Asia (2,500, from 800) and India (1,150, from 400) and North America (6,660 employees, up from 4,600). “With Gemalto, a global leader in digital identification and data protection, Thales has acquired a set of highly complementary technologies and competencies with applications in all of our five vertical markets, which are now redefined as aerospace; space; ground transportation; digital identity and security; and defence and security. These are the smart technologies that help people make the best choices at every decisive moment. The acquisition is a turning point for the Group's 80,000 employees. Together, we are creating a giant in digital identity and security with the capabilities to compete in the big leagues worldwide.” Patrice Caine, Chairman and CEO, Thales About Thales The people who make the world go round – they rely on Thales. Our customers come to us with big ambitions: to make life better, to keep us safer. Combining a unique diversity of expertise, talents and cultures, our architects design and deliver extraordinary high technology solutions. Solutions that make tomorrow possible, today. From the bottom of the oceans to the depths of space and cyberspace, we help our customers think smarter and act faster – mastering ever greater complexity at every decisive moment along the way. Thales generated revenues of €19 billion in 2018 with 80,000 employees in 68 countries. https://montrealgazette.com/pmn/press-releases-pmn/business-wire-news-releases-pmn/thales-completes-acquisition-of-gemalto-to-become-a-global-leader-in-digital-identity-and-security/

  • Contract Awards by US Department of Defense - March 28, 2019

    29 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 28, 2019

    ARMY Architects Pacific Inc.,* Honolulu, Hawaii (W9128A-19-D-0006); Bowers + Kubota Management Inc., Waipahu, Hawaii (W9128A-19-D-0007); Burns & McDonnell + Group 70 Ho'ohui'ia JV, Honolulu, Hawaii (W9128A-19-D-0008); Fung Associates Inc.,* Honolulu, Hawaii (W9128A-19-D-0009); Ink Arch LLC,* Honolulu, Hawaii (W9128A-19-D-0010); Jacobs and Architects Hawaii JV, Honolulu, Hawaii (W9128A-19-D-0011); RIM/DPI JV LLC, Honolulu, Hawaii (W9128A-19-D-0012); and RMA-SA JV LLC, Honolulu, Hawaii (W9128A-19-D-0013), will compete for each order of the $150,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2026. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. Martin UAV LLC,* Plano, Maryland (W911QY-19-D-0032); and Textron, AAI Corp., Hunt Valley, Maryland (W911QY-19-D-0033), will compete for each order of the $99,500,000 firm-fixed-price contract for procurement of non-developmental tactical unmanned aerial systems. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Hensel Phelps Construction Co., Tysons Corner, Virginia, was awarded a $71,528,710 firm-fixed-price contract for East Campus Building 3 construction project at Fort George G. Meade, Maryland. Bids were solicited via the internet with two received. Work will be performed in Fort George G. Meade, Maryland, with an estimated completion date of March 27, 2023. Fiscal 2019 military construction funds in the amount of $71,528,710 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0013). AECOM Energy and Construction Inc., Greenwood Village, Colorado, was awarded a $59,639,368 modification (P00007) to contract W912P5-17-C-0007 for Chickamauga Lock Chamber replacement. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Nov. 14, 2020. Fiscal 2019 general construction funds in the amount of $59,639,368 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. Edmond Scientific Co.,* Alexandria, Virginia, was awarded a $46,750,681 cost-plus-fixed-fee contract for scientific services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0005). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $46,249,658 modification (P00078) 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 March 31, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $46,249,658 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Palomar Display Products Inc.,* was awarded a $40,714,894 modification (P00007) to contract W909MY-15-D-0003 for repairs, engineering support and technical services of the Binocular Image Control Units. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Kiple Acquisition Science Technology Logistics & Engineering,* Forest Hill, Maryland, was awarded a $10,000,000 firm-fixed-price contract to provide technical and analytical expertise, and administrative assistance. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-D-0031). CORRECTION: A $1,135,410,156 contract modification announced on March 27, 2019, for Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas (P00010) to contract W31P4Q-18-C-0049, stated that it was a Foreign Military Sales (Poland, Bahrain and Romania) contract, however the contract also includes domestic procurement supporting the Army and Marine Corps. All other information in the announcement is correct. NAVY The Boeing Co., St. Louis, Missouri, is awarded a $71,345,504 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and integrated logistics support to maintain the T/AV-8B Harrier during the aircraft's Post-Production Support Phase. Work will be performed at St. Louis, Missouri (75 percent); Warton, Lancashire, United Kingdom (11 percent); Cherry Point, North Carolina (10 percent); Yuma, Arizona (3 percent); and Philadelphia, Pennsylvania (1 percent), and is expected to be completed in December 2023. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0004). BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is awarded a $70,672,462 firm-fixed-price, cost-plus-fixed-fee contract for five overhauled/upgraded Mk 45 Mod 4 gun mounts and their associated components, to include Mk 63 Mod 1 weather shields, Mod 4 manufacture kits, and Mod 4 machine parts kits. The 5-inch Mk 45 Light Weight Gun Mount System provides an effective weapon for anti-surface, naval surface fire support, and anti-air warfare missions, and is installed aboard DDG 51- and CG 47-class ships. Work will be performed in Louisville, Kentucky, and is expected to be completed by July 2023. Fiscal 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $70,672,462 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0004). Helix Electric Inc., San Diego, California, is awarded a $32,740,000 firm-fixed-price contract for the construction of the Harbor Drive switching station at Naval Base San Diego, California. The work to be performed provides for relocations and upgrades to the primary and secondary switching stations. Electrical components include switchgears with medium voltage circuit breakers, busses, underground primary and secondary cabling, protective relaying, power system automation communication line, communication line for supervisory control and data acquisition system connected to the head-end equipment, smart meters, lighting and other associated electrical appurtenances. The contract also contains two unexercised options, which if exercised would increase the cumulative contract value to $36,500,000. Work will be performed in San Diego, California, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $32,740,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-C-1209). Joseph J. Henderson & Son Inc., Gurnee, Illinois, is awarded a $30,700,000 firm-fixed-price contract for the repair of the wastewater treatment plant at Naval Air Station Corpus Christi, Texas. The work to be performed provides for substantial upgrade of domestic and industrial wastewater treatment facilities to be completed while maintaining continuous operation. Demolition includes major structures including equipment in the structures, utility connections to the structures, and small ancillary facilities. Additionally, rehabilitation of structures for process and architectural upgrades, removal of two interior doors with hazardous levels of lead based paint, and remediation in three structures to remove asbestos containing material are required. New major facilities and ancillary systems, such as site electrical power, utilities, and paving and grading are required. Work will be performed in Corpus Christi, Texas, and is expected to be completed by February 2021. Fiscal 2019 Navy working capital contract funds in the amount of $30,700,000 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 two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0912). Support Services LLC, Cape Canaveral, Florida, is awarded $22,977,890 for a modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-18-D-2013) to exercise Option One for base operations support services at Naval Air Station Pensacola, Florida, and outlying areas Saufley Field, Corry Station, and Bronson Field. The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, facilities investment, facility maintenance services (non-family housing), utility plant and distribution system operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services, and base support vehicles and equipment. After award of this option, the total cumulative contract value will be $45,863,832. Work will be performed in Pensacola, Florida, and work for this option period is expected to be completed March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy); fiscal 2019 Navy working capital funds; and fiscal 2019 Defense Health Program funds in the amount of $18,442,613 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia, is awarded $18,143,171 for modification P00007 to a previously awarded cost-plus-fixed-fee, cost delivery order contract. This modification provides for additional technical, analytical and managerial services in support of the Naval Aviation Enterprise. Work will be performed in Patuxent River, Maryland, and is expected to be completed in February 2022. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,124,508 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. Archer Western Construction LLC, Chicago, Illinois, is awarded $17,820,000 for firm-fixed-price task order N6945019F0708 under a previously awarded multiple award construction contract (N69450-12-D-1267) for the design and construction of P426 Littoral Combat Ship (LCS) parking garage at Naval Station, Mayport, Florida. The work to be performed provides for the design and construction of a five-story, 1,355-vehicle structured parking facility. The facility shall be fully handicapped accessible and be an open “public” parking structure. Work will be performed in Jacksonville, Florida, and is expected to be completed by April 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $17,820,000 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $16,187,822 cost-plus-fixed-fee contract for engineering services in support of the development of the T/AV-8B aircraft, including system configuration set updates, avionics and weapons integration, and avionics obsolescence mitigation. Work will be performed in St. Louis, Missouri, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 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 Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N689361919D0010). Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $14,824,692 for delivery order N0001919F0012 against a previously issued basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft. This order provides for non-recurring engineering for development of the facilities, equipment, and material required to implement the Block II Sustainment and Support System. Work will be performed in Richardson, Texas, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,824,692 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Assurance Technology Corp., Carlisle, Massachusetts, is awarded a $13,959,231 modification to previously awarded cost-plus-fixed-fee contract N00173-18-C-6007 for research and development for the Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) System for Naval Research Laboratory Space Systems Development Department. After award of this modification, the total cumulative value of this contract is $25,470,666. Work will be performed at the Naval Research Laboratory, Washington, District of Columbia, and work is expected to be completed Sept. 28, 2019. Fiscal 2019 working capital funds (Navy) in the amount of $230,000 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-18-C-6007). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $10,070,668 cost-with-no-fee contract (N00030-19-C-0024) for capital maintenance of the Navy Industrial Reserve Ordnance Plant in Pittsfield, Massachusetts. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed March 31, 2022. Fiscal 2018 other procurement (Navy) funds in the amount of $7,725,000; and fiscal 2019 other procurement (Navy) funds in the amount of $2,345,668 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. This contract is awarded on a sole-source basis in accordance with 10 U.S. Code 2304 (c)(1) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. AIR FORCE FlightSafety Services Corp., Centennial, Colorado, has been awarded a not-to-exceed $29,496,514 modification (P00029) to previously awarded contract FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System production year four options. The contract modification is for the exercise of option contract line item numbers for an additional weapon system trainer, boom operator trainer, fuselage trainer, pilot part task trainer, boom operator part task trainer, additional learning management workstations, support equipment, McGuire Air Force Base and Altus AFB site activations, systems engineering and program management, summative evaluation, visual database airfield models, new refresher training scenarios, and one Aerial Refueling Airplane Simulator Qualification certification. Work will be performed in Broken Arrow, Oklahoma, and is expected to be complete by February 2021. Fiscal 2018 purchasing and procurement funds in the amount of $14,453,292 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. Merex Aircraft Co., Inc., Camarillo, California, has been awarded an $18,300,000 estimated ceiling indefinite-delivery/indefinite-quantity contract for the acquisition of A-10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies (NSNs 1560-01-591-4392FJ and 1560-01-591-4394FJ); and left and right inboard flap assemblies (NSNs 1560-01-591-8913FJ and 1560-01-591-5806FJ). Work will be performed in Camarillo, California, and is expected to be complete by March 27, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated Sustainment Activity Group working capital funds in the amount of $4,887,547 are being obligated at the time of award. Air Force Life Cycle Management, Hill Air Force Base, Utah, is the contracting activity (FA8212-19-D-0001). Telephonics Corp., Farmingdale, New York, has been awarded a $12,623,588 firm-fixed-price contract for the Royal Saudi Air Force Airborne Warning and Control System (RSAF AWACS) Next Generation Identification Friend or Foe. This contract provides for manufacture, test, and delivery of Next Generation Identification Friend or Foe AN/UPX-40 Interrogator shipsets and installation kits for the RSAF AWACS fleet. Work will be performed in Farmingdale, New York, and is expected to be complete by Dec. 31, 2021. This contract involves 100 percent foreign military sales to the kingdom of Saudi Arabia. This award is the result of a sole-source acquisition. Saudi Arabian Letter of Offer and Acceptance case funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-19-C-0010). DEFENSE LOGISTICS AGENCY Truman Arnold Companies, doing business as TAC Air, Amarillo, Texas, has been awarded a maximum $13,775,007 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with one six-month option period. Location of performance is Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0013). Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded a maximum $13,099,996 firm-fixed-priced delivery order (SPRPA1-19-F-L305) against a five-year basic ordering agreement (SPRPA1-13-G-001X) with no option periods for spare parts in support of the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Connecticut, with a June 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. MISSILE DEFENSE AGENCY L3 Applied Technologies Inc. (L3 ATI), San Leandro, California, was awarded an $8,272,568 cost-plus-fixed-fee contract for modeling and experimentation of laser interaction with plasma. The contract award includes a base period in the amount of $4,036,518 and an option period in the amount of $4,236,050. L3 ATI will investigate, model, and execute proof-of-principle and scaled ground-test demonstrations to assess the ability of a laser to enhance and impart effects on plasma. The work will be performed in San Leandro, California. The period of performance for the base period is eight months, from March 2019 through November 2019. The period of performance for the option period is five months, from December 2019 through April 2020. This contract was competitively procured through publication on the Federal Business Opportunities website under the Missile Defense Agency's broad agency announcement for advanced technology innovation, HQ0147-17-S-0001. Fiscal 2019 research, development, test and evaluation funds in the amount of $3,586,824 are being obligated at the time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-C-6504). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1799365/

  • Contract Awards by US Department of Defense - March 27, 2019

    29 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 27, 2019

    ARMY Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $1,135,410,156 modification (P00010) to Foreign Military Sales (Poland, Bahrain and Romania) contract W31P4Q-18-C-0049 for Guided Multiple Launch Rocket systems full rate production. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Aug. 31, 2021. Fiscal 2017, 2018 and 2019 foreign military sales; and other procurement, Army funds in the combined amount of $1,082,536,179 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $113,806,534 firm-fixed-price contract for computing services. Bids were solicited via the internet with three received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of March 28, 2024. Fiscal 2019 other procurement, Army funds in the amount of $16,062,071 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-F-0028). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $58,911,077 modification (P00019) to contract W52P1J-17-C-0024 to procure 120mm M1002 new production cartridges and 120mm M865 recap cartridges for 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of Oct. 12, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $58,911,077 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Northrup Grumman Innovation Systems, Plymouth, Minnesota, was awarded a $36,815,048 modification (P00011) to contract W52P1J-17-C-0025 to procure 120mm tank training ammunition M1002 new production cartridges and 120mm tank training ammunition M865 recapitalized cartridges. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Oct. 31, 2020. Fiscal 2018 and 2019 other procurement, Army funds in the amount of $36,815,048 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Odyssey International Inc.,* Mesa, Arizona, was awarded a $19,832,000 firm-fixed-price contract for construction of a replacement air traffic control tower and base operations complex. Bids were solicited via the internet with five received. Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Sept. 27, 2020. Fiscal 2016 and 2019 military construction funds in the amount of $19,832,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3005). Professional Contract Services Inc., Austin, Texas, was awarded a $17,285,295 modification (P00017) to contract W91151-16-D-0101 for full food and dining facility attendant support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. U.S. Army Mission Installation Contracting Command, Fort Hood, Texas, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $15,580,588 modification (P00159) to contract W56HZV-15-C-0095 to incorporate Engineering Change Proposal OSKW8215R1 low velocity aerial delivery A1 transmission support plate, mid-power pack, and mounts, rails and mid-power pack into the baseline configuration of the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army; procurement Marine Corps; research, development, test and evaluation; Navy procurement; and Air Force procurement funds in the amount of $15,580,588 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. CACI-ISS Inc., Chantilly, Virginia, was awarded a $15,000,000 modification (P00012) to contract W52P1J-17-C-0029 to provide planning, analytical, operational and technical services. Work will be performed in Arlington, Virginia, with an estimated completion date of March 26, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $9,323,130 modification (P00097) to contract W56HZV-15-C-0099 for systems technical support and sustainment systems technical support services, consisting of engineering, logistics, and fielding support for the Bradley Fighting Vehicle family of vehicles, the Multiple Launch Rocket System Carrier, and the M113 Armored Personnel Carrier family of vehicles. Work will be performed in Killeen, Texas; and El Paso, Texas, with an estimated completion date of July, 8, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,323,130 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. NAVY CGI Federal Inc., Fairfax, Virginia, is awarded a $222,875,514 firm-fixed-price, fixed-price incentive firm target, firm-fixed-price level of effort, cost-plus-fixed-fee and cost reimbursement contract (N00039-19-C-0004) to provide Electronic Procurement System (ePS), a contract writing system to the Department of the Navy with standardized, comprehensive, end-to-end contract management of services, supplies, construction and grants. ePS will provide the flexibility to interface with Navy, Department of Defense and federal electronic systems as needed to meet the requirements of all stakeholders, and as defined in statutes, regulations and approved business practices. Work will be performed in Washington, District of Columbia, and is expected to be completed in March 2029. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $7,859,946 will be obligated at time of award, with $3,962,974 of the fiscal 2018 funds expiring at the end of the current fiscal year. The contract was competitively procured via Space and Naval Warfare Systems Command e-Commerce and Federal Business Opportunities websites, with six offers received. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. Environmental Chemical Corp., Burlingame, California, is awarded a $121,682,327 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for the hurricane recovery efforts at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed includes roof repairs, internal and external building repairs, and civil repairs. After award of this modification, the total cumulative contract value will be $144,008,671. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $121,682,327 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-13-D-6020). Raytheon Space and Airborne Systems, El Segundo, California, is awarded a $57,980,007 long-term requirements contract for repair of 25 weapon repairable assemblies for the APG-79 active electronically scanned array radar system used on the F/A-18 aircraft. The contract includes a three-year base period with two one-year options, which, if exercised, would bring the total value of the contract to an estimated $98,637,530 based on estimated quantities. Work will be performed in Forest, Mississippi, and work is expected to be completed by March 2022; if all options are exercised, work will be completed by March 2024. No funds will be obligated at the time of award. Working capital funds (Navy) will be obligated as individual orders are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole-sourced, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UP01). Cardno TEC-Leidos LLC JV, Charlottesville, Virginia, is awarded a $50,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect-engineering contract for services to support the Tactical Training Theater Assessment and Planning program, and it is intended to ensure the sustainability of Navy training ranges and operating areas to support warfighter readiness around the world. The contract requires the services of environmental engineering and military operations specialists, and the use of engineering and biological sciences and principles and methods of engineering analysis. Work under this contract will be performed in the geographic regions of the Naval Facilities Engineering Command (NAVFAC) Atlantic's area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans, including the continental U.S., the Caribbean, Europe, and North Africa. Work will be primarily performed within NAVFAC Atlantic's AOR, which includes, but is not limited to, Virginia (50 percent); California (20 percent); Florida (20 percent); and Washington (10 percent). Work may also be added and performed anywhere outside of NAVFAC Atlantic's AOR, as required by the government, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,000 for the minimum guarantee are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one proposal received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4009). The Boeing Co., Huntington Beach, California, is awarded a $46,700,000 fixed-priced-incentive modification to previously awarded contract N00024-17-C-6307 for the Orca Extra Large Unmanned Undersea Vehicle (XLUUV) program. The Feb. 13, 2019, contract announcement for the XLUUV program occurred while source selection was ongoing, and therefore the specific contract award amount was considered source selection sensitive information and was not made public. This contract modification award completes the XLUUV competition and brings the total awarded amount for five XLUUVs and associated support elements to $274,400,000. Work will be performed in Huntington Beach, California (29 percent); Virginia Beach, Virginia (27 percent); Waukesha, Wisconsin (8 percent); East Aurora, New York (7 percent); Concord, Massachusetts (7 percent); Camden, New Jersey (5 percent); Smithfield, Pennsylvania (4 percent); Attleboro, Massachusetts (3 percent); City of Industry, California (3 percent); El Cajon, California (3 percent); Fairfield, New Jersey (2 percent); Ontario, California (1 percent); and Farmingdale, New York (1 percent), and is expected to be completed by December 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funds in the amount of $9,000,000 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. Starwin Industries Inc.,* Dayton, Ohio (N00164-19-D-WS21); Garrity Tool Co. LLC,* Indianapolis, Indiana (N00164-19-D-WS33); Loughmiller Machine, Tool & Design Inc.,* Loogootee, Indiana (N00164-19-D-WS34); D-J Engineering Inc.,* Augusta, Kansas (N00164-19-D-WS35); MSP Aviation Inc.,* Bloomington, Indiana (N00164-19-D-WS36); and Integrity Defense Services Inc.,* Springville, Indiana (N00164-19-D-WS37); and Middletown Composites Inc.,* Berea, Kentucky (N00164-19-D-WS38), are each awarded a combined aggregate not-to-exceed $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract with a five-year ordering period to procure machined parts or composite components in support of build-to-print machine shop requirements for supplies related to EA-6B, EA-18G and P-8A aircraft components, as well as various other related platforms. These seven small businesses will have the opportunity to propose on individual delivery orders throughout the five-year ordering period of the indefinite-delivery/indefinite-quantity contracts. Work will be performed at each of the contractors' facilities per delivery order and is expected to be completed in April 2024. Percentage breakdown of work is to be determined. Navy Working Capital Funding in the amount of $10,000 will be obligated concurrently to each awardee upon award of the initial delivery orders and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-17-D-0008); Edifice LLC.,* Beltsville, Maryland (N40080-17-D-0009); Hascon LLC.,* Columbia, Maryland (N40080-17-D-0010); Pinnacle Construction and Development Group Inc.,* Cleveland, Ohio (N40080-17-D-0011); Reilly Construction Inc.,* Chantilly, Virginia (N40080-17-D-0012); and Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-17-D-0013), are awarded a combined $10,000,000 firm-fixed-price modification to previously awarded indefinite contract to exercise Option Two for construction projects for general and administrative facilities located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). After award of this option, the total cumulative contract value will be $122,000,000. Work will be performed at various administrative facilities within the NAVFAC Washington AOR, including but not limited to, Maryland, Washington, District of Columbia, and Virginia, and is expected to be completed by March 2020. Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. NAVFAC Washington, Washington, District of Columbia, is the contracting activity. Blue Rock Structures Inc.,* Pollocksville, North Carolina, is awarded a $9,207,530 firm-fixed-price task order N4008519F5128 under a previously awarded multiple award construction contract (N40085-16-D-6300) for interior and exterior repairs to building AS515 at Marine Corps Base, Camp Lejeune, North Carolina. The work provides new architectural finishes, new electrical system, new telecommunication system, new plumbing, new HVAC system, new membrane roof, and incidental-related work. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by May 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $9,207,530 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Peraton Inc., Annapolis, Maryland, is awarded an $8,543,905 firm-fixed-price, cost-plus-fixed-fee modification to previously-awarded indefinite-delivery/indefinite-quantity contract N00174-11-D-0002 to extend the ordering period and exercise Option Year VIII for the procurement and support of the Transmitting Set, Countermeasures AN/PLT-4 to support explosive ordnance disposal personnel. The AN/PLT-4 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal (JSEOD) Counter-Radio-Controlled Improvised Explosive Device Electronic Warfare program. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2020. No funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AIR FORCE L-3 Technologies, Greenville, Texas, has been awarded a not-to-exceed $142,000,000 cost-plus-fixed-fee undefinitized contract action for the procurement of Group B material and the Ground System Integration Lab. Work will be performed in Greenville, Texas, and is expected to be complete by Dec. 31, 2023. This contract involves 100 percent foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $69,580,000 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-G-3027/FA8620-19-F-4872). Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $23,609,858 fixed-price incentive modification (P00050) to previously awarded contract FA3002-17-C-0009 for base operations support. This modification provides for the exercise of Option Two. Work will be performed at Maxwell-Gunter Air Force Base, Alabama, and is expected to be complete by March 31, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value to $86,319,044. The 42nd Contracting Squadron, Montgomery, Alabama, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, has been awarded an $18,578,053 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for J85 engine maintenance. This contract provides for managing the full cycle of production by planning, scheduling, directing, and controlling all maintenance on jet engines and support equipment, as well as monitoring serviceable base stock levels and target serviceable requirements of each customer. Work will be performed at Laughlin Air Force Base, Texas, and is expected to be complete by Sept. 30, 2020. This award is the result of a sole-source acquisition. The Air Force Installation Contracting Agency, 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-A004). BlueForce Inc., Hampton, Virginia, has been awarded a $12,325,425 firm-fixed-price task order for the Royal Saudi Air Force English Language Training outside the continental U.S. program. Work will be performed at King Abdul Aziz Air Base, Saudi Arabia, and is expected to be complete by Jan. 3, 2024. This contract involves 100 percent foreign military sales to the Kingdom of Saudi Arabia. This award is the result of a competitive acquisition and four offers were received. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio Randolph, Texas, is the contracting activity (FA3002-19-F-A045). L-3 Communications, Greenville, Texas, has been awarded an $11,465,007 cost-plus-fixed-fee contract for the procurement of Ground System Development and Integration. Work will be performed in Greenville, Texas, and is expected to be complete by Nov. 30, 2022. This contract involves 100 percent foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-16-G-3027/FA8620-19-F-4836). CAE USA Inc., Tampa, Florida, has been awarded a $7,245,585 firm-fixed-price modification (P00144) to previously awarded contract FA8223-10-C-0013 for support of the KC-135 Aircrew Training System. This modification provides for collective bargaining agreement wage adjustments resulting from Fair Labor Standards Act and Service Contract Act, and brings the total cumulative face value of the contract to $464,618,081. Work will be performed at Altus Air Force Base, Oklahoma; Grissom Air Reserve Base, Indiana; MacDill AFB, Florida; Pittsburgh Air National Guard Base, Pennsylvania; Rickenbacker ANGB, Ohio; Scott AFB, Illinois; Fairchild AFB, Washington; Milwaukee ANGB, Wisconsin; March AFB, California; and Hickam AFB, Hawaii. Work is expected to be complete by Dec. 31, 2019. Fiscal 2019 operations and maintenance funds in the amount of $7,245,585 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Leading Technology Composites Inc., Wichita, Kansas, was awarded a $50,000,000 ceiling increase to an indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92222-14-D-0061-P00005) in support of U.S. Special Operations Command (USSOCOM) for the purchase of SOF Personal Equipment Advance Requirements Tactical Standalone (SPEAR) and Modular Supplemental Armor Protection (MASP) ballistic plates. The estimated total contract value is $175,000,000. No money was obligated at the time of award. The work will be performed in Wichita, Kansas, and is expected to be completed by Nov. 27, 2020. This contract was awarded in accordance with Federal Acquisition Regulation Authority (FAR) 6.302-1, “Other than Full and Open Competition, Only one Responsible Source”. USSOCOM, Tampa, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY GTA Containers Inc.,* South Bend, Indiana (SPE8EG-19-D-0105); Apex Pinnacle, Corp.,* Binghamton, New York (SPE8EG-19-D-0106); MPC Containment Systems LLC,* Chicago, Illinois (SPE8EG-19-D-0107); Avon Engineered Fabrications (AEF),* Picayune, Mississippi (SPE8EG-19-D-0108); and North American Fuel Tank,* Mansfield, Texas (SPE8EG-19-D-0109), are sharing a maximum $47,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-18-R-0008 for tank fabrication berm liners. This was a competitive acquisition with seven offers received. These are one-year base contracts with four one-year option periods. Locations of performance are Indiana, New York, Illinois, Mississippi, and Texas with a March 26, 2024, performance completion date. Using military services are Navy and Air Force. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Meridian Airport Authority, doing business as Meridian Aviation, Meridian, Mississippi, has been awarded a maximum $18,062,977 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with one response received. This is a 46-month contract with one six-month option period. Location of performance is Mississippi, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-1-D-0029). DEFENSE INFORMATION SYSTEMS AGENCY General Dynamics Information Technology, Fairfax, Virginia, was awarded a firm-fixed-price contract modification on March 27, 2019, to exercise Option Year Four of task order HC1013-15-A-0004-0001. This task order was previously awarded under the competitive blanket purchase agreement against General Services Administration's Information Technology Schedule 70 contract for Air Force Air Defense Communications Services. The face value of this action is $7,200,000, funded by fiscal 2019 operations and maintenance funds. The total cumulative value of the order is $21,367,054. Performance is throughout the continental U.S., as well as Alaska, Hawaii and Guam. The period of performance for this action is April 1, 2019, to March 31, 2020. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-15-A-0004-0001 23). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1797925/

  • Contract Awards by US Department of Defense - March 26, 2019

    29 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 26, 2019

    NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, was awarded a $1,471,290,677 fixed-price-incentive modification to previously awarded contract N00024-18-C-2406 for the procurement of the detail design and construction of Landing Platform Dock (LPD) 30, the first LPD 17 Flight II ship which will meet all the capabilities and capacities requirements for the Amphibious Ship Replacement. Work will be performed in Pascagoula, Mississippi (82 percent); Crozet, Virginia (3 percent); Beloit, Wisconsin (2 percent); and New Orleans, Louisiana (2 percent), with other efforts performed at various sites less than one percent throughout the U.S. (11 percent), and is expected to be completed by February 2025. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $1,369,362,790 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. (Awarded March 25, 2019) Raytheon Co., Indianapolis, Indiana, was awarded a $49,989,867 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract in support of radar antenna system overhauls, coatings, shipboard installations and removals, and incidental technical support services for the following Radar Restoration Program systems: AN/SPS-48, AN/SPS-49, AN/SPS-67(V)1, AN/SPS-40, AN/SPS-73, AN/SPS-67(V)3/5, AN/SPQ-9B, AN/SPS-55, AN/SPS-75 and AN/SPS-77. All systems in the Radar Restoration Program are in the sustainment phase of their life cycle. The restored systems provided via this contract action are the above-deck components. The systems, subsystems, subassemblies and components are critical shipboard systems providing detect-to-engage capability to defend against incoming enemy aircraft and/or missiles. Some systems provide safe navigation processes for collision avoidance. This contract involves foreign military sales to Taiwan. Work will be performed in Odon, Indiana (75 percent); and Indianapolis, Indiana (25 percent), and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $271,807; and foreign military sales funding in the amount of $436,602 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP40). (Awarded March 22, 2019) The Raytheon Co., McKinney, Texas, is awarded $39,718,809 for modification P00036 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-15-C-0116). This modification exercises an option for the procurement of three APY-10 Radar System production kits for the Navy, four for the government of the United Kingdom, and five for the government of Norway, as well as related services in support of P-8A Poseidon Lot 10 production aircraft. Work will be performed in McKinney, Texas (77.1 percent); Andover, Massachusetts (7.2 percent); Chelmsford, Massachusetts (3.4 percent); Woodland Park, New Jersey (3.3 percent); Black Mountain, North Carolina (1.8 percent); San Carlos, California (1.7 percent); Ashburn, Virginia (1.6 percent); Etobicoke, Ontario, Canada (1.4 percent); Simsbury, Connecticut (1.3 percent); and Clearwater, Florida (1.2 percent), and is expected to be completed in September 2022. Fiscal 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $39,718,809 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($9,168,076; 23 percent); and FMS ($30,550,733; 77 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. National Institute of Building Sciences, Washington, District of Columbia, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for the National Institute of Building Sciences, District of Columbia. The work to be performed provides for ongoing criteria preparation and shall fall under the following two categories: preparation and dissemination of emerging innovative technology source information and/or criteria, commercially supported, embedded within the whole building design guide; and make findings and advise public/private sectors of the economy with respect to the use of building science and technology in achieving nationally acceptable standards and the irregularities and inconsistencies which arise from their application to particular localities or special local conditions. Work will be performed in Washington, District of Columbia. The term of the contract is not to exceed 60 months with an expected completion date of March 2024. Fiscal 2015 Office of the Secretary of Defense contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by military construction funds. This contract was a sole-source procurement under Federal Acquisition Regulations 6.302-5, authorized or required by statute. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5013). BAE Systems, Information and Electronic Systems Integration, Nashua, New Hampshire, is being awarded an $18,184,174 firm-fixed-price contract for the procurement of nine OE-120B/UPX Identification Friend or Foe antenna groups and one retrofit kit for the Navy. Work will be performed in Nashua, New Hampshire, and is expected to be completed in May 2022. Fiscal 2017, 2018, and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funds in the amount of $18,184,174 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0052). Noble Sales Co. Inc.,* Rockland, Massachusetts, is awarded a $14,126,593 firm-fixed-price blanket purchase agreement contract to stock, store, and issue supplies, construction materials, and hardware in support of Naval Facilities Engineering Command Hawaii, Joint Base Pearl Harbor Hickam, Oahu, Hawaii. The contract will include a 12-month base period, four one-year option periods, and a six-month extension, which if exercised, the total value of this contract will be $79,409,916. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2020; if all options are exercised, work will be completed by September 2024. Fiscal 2019 working capital (Navy) funds will be provided on individual task orders as they are issued against the agreement and funds will not expire at the end of the current fiscal year. This contract was solicited unrestricted to all General Services Administration (GSA) Federal Supply Schedule vendors under GSA Schedule Special Item Number 51V for maintenance, repairs, and operations with two offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Regional Contracting Department, Pearl Harbor, Hawaii, is the contracting activity (N00604-19-A-4000). QRC Technologies, Fredericksburg, Virginia, is awarded a $13,748,268 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for the purchase of QRC brand materials and components, hardware deliverables, and engineering services required to support design, upgrade, integration, test, and evaluation of sensor system integration projects for the U.S. Special Operations Command and the Navy. This three-year contract includes a two-year option which, if exercised, would bring the cumulative value of this contract to an estimated $21,660,140. All work will be performed in Fredericksburg, Virginia. The period of performance of the base period is from March 27, 2019, through March 26, 2022. If the option is exercised, the period of performance would extend through March 26, 2024. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task/delivery orders. The types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-3403). Raytheon Co., Tewksbury, Massachusetts, is awarded a $9,140,826 modification to previously-awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense systems and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (50 percent); and Tewksbury, Massachusetts (50 percent), and is expected to be completed by March 2020. Fiscal 2019 other procurement (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $5,772,655 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. AIR FORCE Sierra Nevada Corp., Circle, Sparks, Nevada, has been awarded a $317,000,000 indefinite-delivery/indefinite-quantity contract for the Precision Strike Package program. This contract provides contractor logistics support for the Precision Strike Package in support of the AC-130W and AC-130J. Work will be performed at Cannon Air Force Base, New Mexico; and Hurlburt Field, Florida, and is expected to be complete by Sept. 30, 2026. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $26,784,295 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509‐19‐D‐0001). DZYNE Technologies Inc., Fairfax, Virginia, has been awarded a $48,990,806 cost-plus-fixed-fee contract for Mobile Onboard Nexus for Autonomy and Radical Computation Handling (MONARCH) Small Business Innovative Research III effort. This contract provides for further development of technologies they have established under previous and current contracts, and the rapid development and maturation of novel Airborne, Space, and Terrestrial (ground) technologies and systems so that MONARCH technologies and associated capabilities can be transitioned to military markets. Work will be performed in Irvine, California, and is expected to be complete by March 27, 2024. This award is the result of a sole-source acquisition. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-9203). (Awarded March 25, 2019) General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $9,211,561 cost-plus-fixed-fee contract for the United Kingdom (UK) MQ-9 Reaper contractor logistics support effort. This contract provides for ongoing sustainment of the UK MQ-9 fleet. Work will be performed at multiple stateside and international locations, and is expected to be completed by June 30, 2019. This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom. Foreign military sales funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-15-G-4040 0017 21). ARMY Valiant Global Defense Services Inc., San Diego, California, was awarded a $60,685,000 modification (P00013) to contract W91247-18-C-0001 for mission support services. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of March 26, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $60,685,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity. Up-Side Management Co.,* Hubert, North Carolina, was awarded a $46,000,000 firm-fixed-price contract for general construction and repair. Bids were solicited via the internet with 33 received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0017). Widman Inc.,* Godfrey, Illinois, was awarded a $30,000,000 firm-fixed-price contract for upper-river land repair. Bids were solicited via the internet with seven received. Work will be performed in West Alton, Missouri, with an estimated completion date of March 25, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $30,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0003). Widman Inc.,* Godfrey, Illinois, was awarded a $15,000,000 firm-fixed-price contract for lower-river land repair. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2024. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0004). Mississippi Department of Rehabilitation Services, Madison, Mississippi, was awarded a $14,523,875 firm-fixed-price contract for dining facility management functions. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Property and Fiscal Office for Mississippi is the contracting activity (W9127Q-19-D-0001). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $9,576,532 modification (P00681) to contract DAAA09-98-E-0006 for natural gas and fuel oil for the commissioning and emission testing of the new natural gas-fired steam plant currently under construction at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 other procurement, Army funds in the amount of $9,576,532 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Avion Solutions Inc., Huntsville, Alabama, was awarded an $8,656,308 modification (000006) to contract W31P4Q-18-A-0047 for logistics support. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 28, 2020. Fiscal 2019 operations and maintenance, Army; other procurement, Army; and research, development, test and evaluation funds in the amount of $8,656,308 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MISSILE DEFENSE AGENCY Lockheed Martin Corp., Sunnyvale, California, was awarded a $30,000,000 cost-plus-fixed-fee contract modification (P00015) to a previously awarded HQ0277-18-C-0001 contract. The value of this contract is increased from $36,000,000 to $66,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in Sunnyvale, California. The period of performance for this effort is Oct. 6, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $29,951,935 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. General Atomics, San Diego, California, was awarded a $29,000,000 cost-plus-fixed-fee contract modification (P00017) to a previously awarded HQ0277-18-C-0002 contract. The value of this contract is increased from $33,000,000 to $62,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in San Diego, California. The period of performance for this effort is Nov. 6, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $28,955,517 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. Boeing Co., Huntsville, Alabama, was awarded a $29,000,000 cost-plus-fixed-fee contract modification (P00019) to a previously awarded HQ0277-18-C-0003 contract. The value of this contract is increased from $33,000,000 to $62,000,000. Under this modification, the contractor will complete their laser scaling and beam control critical design review in support of the Low Power Laser Demonstrator risk reduction. The work will be performed in Huntsville, Alabama. The period of performance for this effort is Dec. 8, 2017, to Sept. 6, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $28,685,504 are being obligated on this award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $11,789,305 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engines. This is a three-year contract with no option periods. This was a sole-source acquisition, using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Wisconsin, with a March 26, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0084). CACI Inc.-Federal, Chantilly, Virginia, has been awarded a $10,031,056 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services for the Defense Agency Initiative. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Locations of performance are Virginia and other areas in the continental U.S., with a March 28, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 operations and maintenance funds; and fiscal 2019 through 2020 research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-19-C-0009). Beaver Aerospace & Defense Inc.,* Livonia, Michigan, has been awarded a maximum $9,036,355 firm-fixed-price contract for linear electro-mechanical actuators. 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 no option periods. Location of performance is Michigan, with a July 19, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-C-0071). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1796426/

  • DARPA Seeks to Make Scalable On-Chip Security Pervasive

    29 mars 2019 | International, C4ISR, Sécurité, Autre défense

    DARPA Seeks to Make Scalable On-Chip Security Pervasive

    For the past decade, cybersecurity threats have moved from high in the software stack to progressively lower levels of the computational hierarchy, working their way towards the underlying hardware. The rise of the Internet of Things (IoT) has driven the creation of a rapidly growing number of accessible devices and a multitude of complex chip designs needed to enable them. With this rapid growth comes increased opportunity for economic and nation-state adversaries alike to shift their attention to chips that enable complex capabilities across commercial and defense applications. The consequences of a hardware cyberattack are significant as a compromise could potentially impact not millions, but billions of devices. Despite growing recognition of the issue, there are no common tools, methods, or solutions for chip-level security currently in wide use. This is largely driven by the economic hurdles and technical trade-offs often associated with secure chip design. Incorporating security into chips is a manual, expensive, and cumbersome task that requires significant time and a level of expertise that is not readily available in most chip and system companies. The inclusion of security also often requires certain trade-offs with the typical design objectives, such as size, performance, and power dissipation. Further, modern chip design methods are unforgiving – once a chip is designed, adding security after the fact or making changes to address newly discovered threats is nearly impossible. “Today, it can take six to nine months to design a modern chip, and twice as long if you want to make that same design secure,” said Serge Leef, a program manager in DARPA's Microsystems Technology Office (MTO). “While large merchant semiconductor companies are investing in in-house personnel to manually incorporate security into their high-volume silicon, mid-size chip companies, system houses, and start-ups with small design teams who create lower volume chips lack the resources and economic drivers to support the necessary investment in scalable security mechanisms, leaving a majority of today's chips largely unprotected.” To ease the burden of developing secure chips, DARPA developed the Automatic Implementation of Secure Silicon (AISS) program. AISS aims to automate the process of incorporating scalable defense mechanisms into chip designs, while allowing designers to explore economics versus security trade-offs and maximize design productivity. The objective of the program is to develop a design tool and IP ecosystem – which includes tool vendors, chip developers, IP licensers, and the open source community – that will allow security to be inexpensively incorporated into chip designs with minimal effort and expertise, ultimately making scalable on-chip security pervasive. Leef continued, “The security, design, and economic objectives of a chip can vary based on its intended application. As an example, a chip design with extreme security requirements may have to accept certain tradeoffs. Achieving the required security level may cause the chip to become larger, consume more power, or deliver slower performance. Depending on the application, some or all of these tradeoffs may be acceptable, but with today's manual processes it's hard to determine where tradeoffs can be made.” AISS seeks to create a novel, automated chip design flow that will allow the security mechanisms to scale consistently with the goals of the design. The design flow will provide a means of rapidly evaluating architectural alternatives that best address the required design and security metrics, as well as varying cost models to optimize the economics versus security tradeoff. The target AISS system – or system on chip (SoC) – will be automatically generated, integrated, and optimized to meet the objectives of the application and security intent. These systems will consist of two partitions – an application specific processor partition and a security partition implementing the on-chip security features. This approach is novel in that most systems today do not include a security partition due to its design complexity and cost of integration. By bringing greater automation to the chip design process, the burden of security inclusion can be profoundly decreased. While the threat landscape is ever evolving and expansive, AISS seeks to address four specific attack surfaces that are most relevant to digital ASICs and SoCs. These include side channel attacks, reverse engineering attacks, supply chain attacks, and malicious hardware attacks. “Strategies for resisting threats vary widely in cost, complexity, and invasiveness. As such, AISS will help designers assess which defense mechanisms are most appropriate based on the potential attack surface and the likelihood of a compromise,” said Leef. In addition to incorporating scalable defense mechanisms, AISS seeks to ensure that the IP blocks that make up the chip remain secure throughout the design process and are not compromised as they move through the ecosystem. As such, the program will also aim to move forward provenance and integrity validation techniques for preexisting design components by advancing current methods or inventing novel technical approaches. These techniques may include IP watermarking and threat detection to help validate the chip's integrity and IP provenance throughout its lifetime. AISS is part of the second phase of DARPA's Electronics Resurgence Initiative (ERI) – a five-year, upwards of $1.5 billion investment in the future of domestic, U.S. government, and defense electronics systems. Under ERI Phase II, DARPA is exploring the development of trusted electronics components, including the advancement of electronics that can enforce security and privacy protections. AISS will help address this mission through its efforts to enable scalable on-chip security. DARPA will hold a Proposers Day on April 10, 2019 at the DARPA Conference Center, located at 675 North Randolph Street, Arlington, Virginia 22203, to provide more information about AISS and answer questions from potential proposers. For details about the event, including registration requirements, please visit: https://www.fbo.gov/index?s=opportunity&mode=form&id=6770487d820ee13f33af67b0980a7d73&tab=core&_cview=0 Additional information will be available in the forthcoming Broad Agency Announcement, which will be posted to www.fbo.gov. https://www.darpa.mil/news-events/2019-03-25

  • Contract Awards by US Department of Defense - March 25, 2019

    26 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 25, 2019

    NAVY Gartner Inc., Stamford, Connecticut (N66001-19-A-0049); Forrester Research Inc., Cambridge, Massachusetts (N66001-19-A-0050); and FEDmine LLC, Rockville, Maryland (N66001-19-A-0013), are 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 overall estimated value of this BPA is $446,000,000. The three individual agreements are awarded in the DoD ESI category of Information Technology (IT) Research and Informative Services. The BPAs will provide commercially available technology in this category for the DoD, U.S. intelligence community, and Coast Guard activities worldwide. The ordering period will be for a maximum of 10 years, and the expected date of completion is March 24, 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 website among 679 vendors. Three offers were received and three were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Austal USA, Mobile, Alabama, is being awarded a $261,776,539 fixed-price-incentive (firm target) modification to previously-awarded contract N00024-19-C-2227 for the detail design and construction (DD&C) of the 13th and 14th Expeditionary Fast Transport (EPF) ships, and to definitize the long-lead-time material undefinitized contract actions for EPFs 13 and 14. This modification will award the DD&C effort for EPF 13 and EPF 14 and definitize and subsume the long-lead-time material undefinitized contract actions for EPFs 13 and 14. Note: the funding obligated covers the DD&C award and also definitizes the UCAs -- which results in a total greater than the face value of the award. The EPF class provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the U.S. Navy, Marine Corps, and Army. This contract includes options which, if exercised, would bring the cumulative value of this contract to $370,733,399. Work will be performed in Mobile, Alabama (54 percent); Novi, Michigan (13 percent); Fairfax, Virginia (7 percent); Houston, Texas (4 percent); Franklin, Massachusetts (3 percent); New Iberia, Louisiana (3 percent); Kingsford, Michigan (2 percent); Chesapeake, Virginia (2 percent); and Theodore, Alabama (1 percent), with other efforts performed at various locations throughout the United States below one percent (7 percent) and at various locations outside the U.S. below one percent (4 percent). Work is expected to completed by July 2022. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $134,609,225; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $161,815,453 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Professional Contract Services Inc., Austin, Texas, is being awarded a $26,684,510 indefinite-delivery/indefinite-quantity contract modification for the exercise of Option Number Four for base operations support services at Naval Medical Center Portsmouth, Virginia, and its outlying support sites all located in Virginia. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and equipment repair services in support of Naval Medical Center Portsmouth and its outlying support sites. After award of this option, the total cumulative contract value will be $120,671,131. Work will be performed in Portsmouth, Virginia. This option period is from April 2019 to March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $24,334,266 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-15-D-4009). Insitu Inc., Bingen, Washington, is being awarded a $17,452,196 firm-fixed-price delivery order (N6833519F0434) against a previously issued basic ordering agreement (N68335-16-G-0046). This order provides for technical services, training, site survey and activation teams, and program management to sustain and support ScanEagle unmanned aerial vehicle sites in Afghanistan. Work will be performed in Afghanistan (95 percent); and Bingen, Washington (5 percent), and is expected to be completed in March 2020. Fiscal 2019 Afghan Security Forces funds in the amount of $17,452,196 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded a $10,242,891 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N61331-15-D-0011) to exercise options for the accomplishment of depot level repair, maintenance, and modifications of the AN/AQS-24 Mine Detecting System to support the Navy for the currently deployed airborne mine countermeasures legacy systems. Northrop Grumman Undersea Systems will provide depot repairs and incorporation of engineering change proposals, including the updates of all integrated logistics support documentation to support the conversions and sustainment. Work will be performed in Annapolis, Maryland, and is expected to be completed by April 2020. No funding will be obligated at time of award. Naval Surface Warfare Center, Panama City Division, Panama City, Florida is the contracting activity. ARMY Acrow Corp. of America,* Parsippany, New Jersey (W56HZV-19-D-0061); and Mabey Bridge Ltd., Gloucestershire, United Kingdom (W56HZV-19-D-0062), will compete for each order of the $250,000,000 firm-fixed-price contract for wet and dry gap line of communication bridges. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 25, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Avon Protection Systems Inc., Cadillac, Michigan, was awarded a $245,961,250 firm-fixed-price contract for production of M53A1 Chemical Biological Protective Mask systems. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 24, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-19-D-0005). South Carolina Commission for the Blind, Columbia, South Carolina, was awarded an $186,580,917 firm-fixed-price contract for full food services at Fort Jackson, South Carolina. 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 March 21, 2024. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0008). American Ordnance LLC, Middletown, Iowa, was awarded an $89,418,245 modification (P00022) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm High Velocity Target Practice – Day/Night/Thermal (HV TP-DNT) – cartridge. Work will be performed in Middletown, Iowa; Coachella, California; Radford, Virginia; Santa Margarita, California; O'Fallon, Missouri; Lynchburg, Virginia; Mountainside, New Jersey; and St. Bonaparte, Iowa, with an estimated completion date of Nov. 30, 2021. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $89,418,245 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. Alta Via Consulting LLC,* Loudon, Tennessee, was awarded a $22,000,000 firm-fixed-price contract for cost management services. 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 March 28, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0018). Advance Technology Solutions,* Augusta, Georgia, was awarded a $14,530,927 firm-fixed-price contract for services in the areas of military personnel actions, records processing and management, personnel manning, casualty management, transition and separations processing, personnel information systems management, and administrative processing of soldiers. Bids were solicited via the internet with 12 received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 1, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,355,849 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Gordon, Georgia, is the contracting activity (W91249-18-C-0005). DEFENSE LOGISTICS AGENCY General Dynamics Mission Systems Inc., Taunton, Massachusetts, has been awarded a maximum $92,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Warfighter Information Network-Tactical Increment 1 system. 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 Massachusetts, with a March 24, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0027). SZY Holdings, doing business as EverReady First Aid, Brooklyn, New York, has been awarded a maximum $25,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for respirators, mask face pieces and cartridges replacement parts. This was a competitive acquisition with six responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a March 25, 2020, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-19-D0104). Parker Hannifin Corp., Irvine, California, has been awarded a $7,979,568 modification (P00185) to a five-year contract (SPE4AX-14-D-9413) with one five-year option period adding national stock numbers supporting multiple aircrafts. 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 firm-fixed-price contract. The modification brings the total cumulative face value of the contract to $441,414,547 from $433,434,979. Locations of performance are California, Florida, Georgia, Massachusetts, Michigan, New York and Ohio, with a June 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. AIR FORCE National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $72,894,364 modification (P00071) to previously awarded contract FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by June 30, 2019. No funds are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $722,733,576. Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity. DEFENSE HEALTH AGENCY General Dynamics Information Technology Inc., Fairfax, Virginia (HT0014-19-C-0004), has been awarded a $44,165,348 cost-plus-fixed-fee contract to provide support to the Defense Health Agency's Defense and Veterans Brain Injury Center (DVBIC). The work includes support promoting access to state-of-the-science care for service members, veterans, and their families to prevent and mitigate the consequences of traumatic brain injury (TBI). DVBIC supports a network of 21 sites operating out of 16 military treatment facilities (MTFs) and five Department of Veterans Affairs Medical Centers (VAMCs). Specific activities vary at each site and can include conducting clinical research and conducting education and outreach activities and assessing TBI injury data, while command and control exist within the DVBIC Headquarters for continuity of services. The contract will be performed at DVBIC HQ, Silver Spring, Maryland; MTFs at Fort Belvoir, Virginia; Fort Bliss, Texas; Fort Bragg, North Carolina; Fort Campbell, Kentucky; Fort Carson, Colorado; Fort Drum, New York; Fort Hood, Texas; Camp Lejeune, North Carolina; Camp Pendleton, California; Naval Medical Center San Diego, California; Walter Reed National Military Medical Center, Maryland; San Antonio Military Medical Center, Texas; U.S. Special Operations Command, MacDill Air Force Base, Florida; Landstuhl (Germany); Joint Bases Lewis-McChord, Washington, and Elmendorf-Richardson, Alaska; and VAMCs in Palo Alto, California; Tampa, Florida; Minneapolis, Minnesota; San Antonio, Texas; and Richmond, Virginia. The contract end date is Sept. 25, 2020. This contract includes a six-month base period with four three-month option periods. Fiscal 2019 operations and maintenance funds in the amount of $14,336,163 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1794949/

  • Contract Awards by US Department of Defense - March 22, 2019

    26 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 22, 2019

    MISSLE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, was awarded $4,141,315,338 (contract modification HQ0147-19-C-0004 P00001), partially definitizing the $6,560,000,000 undefinitized contract action (UCA) issued Jan. 31, 2018, on contract HQ0147-12-C-0004, Ground-based Midcourse Defense (GMD) Development and Sustainment Contract (DSC). The UCA extended the DSC period of performance from January 2018 through December 2023, and added the requirements to execute the GMD portion of the presidential mandated and congressionally enacted Missile Defeat and Defense Enhancements. This effort includes delivery of a new missile field with 20 silos and two additional silos in a previously constructed missile field at Fort Greely, Alaska. The MDA is deferring the production of the 20 additional Ground Based Interceptors (GBIs) (estimated not to exceed (NTE) value of $1,300,000,000) at this time due to the delay associated with not meeting the entrance criteria for the Redesigned Kill Vehicle (RKV) critical design review. A portion of the effort to deliver 11 boost vehicles for flight tests and spares (estimated NTE value of $474,000,000) will remain under the UCA at this time. This modification brings the total cumulative value of the contract, including options, to $10,799,794,123. The definitized scope of work includes technical capabilities to expand and improve a state-of-the-art missile defense system to ensure defensive capabilities remain both relevant and current, to include but not limited to: Boost Vehicle (BV) development; providing GBI assets for labs and test events; development, integration, testing and deployment of ground systems software builds to address emerging threats; development and fielding of upgraded launch support equipment; expanded systems testing through all ground and flight testing; cyber security support and testing; and, operations and support via performance based logistics approach. Work will be performed at multiple locations, including Huntsville, Alabama; Fort Greely, Alaska; Vandenberg Air Force Base, California; Schriever AFB, Colorado; Peterson AFB, Colorado; Cheyenne Mountain Air Station, Colorado; Colorado Springs, Colorado; Tucson, Arizona; other contractor designated prime, subcontractor, and supplier operating locations; and other government designated sites. The definitized effort will be performed by an industry team consisting of The Boeing Co., Northrop Grumman Innovation Systems, Northrop Grumman Systems Corp., Raytheon Co., and many other subcontractors. This acquisition was executed on a sole-source basis under the statutory authority of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Boeing, as the GMD DSC prime contractor, along with its subcontractors, collectively have demonstrated special capabilities and/or expertise and that no other companies would have been able to satisfactorily perform the required services without unacceptable delays in fulfilling the agency's requirements. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $26,951,213 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. U.S. TRANSPORTATION COMMAND Twenty-five companies have been awarded a firm-fixed-price contract under the following Global Heavyweight Service, indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated value of $284,932,621: ABX Air Inc., Wilmington, Ohio (HTC71119DC002); Air Transport International Inc., Wilmington, Ohio (HTC71119DC003); Alaska Airlines Inc., Seattle, Washington (HTC71119DC004); Allegiant Air LLC, Las Vegas, Nevada (HTC71119DC005); American Airlines, Fort Worth, Texas (HTC71119DC006); Amerijet International Inc., Fort Lauderdale, Florida (HTC71119DC007); Atlas Air Inc., Purchase, New York (HTC71119DC008;) Delta Air Lines Inc., Atlanta, Georgia (HTC71119DC009); Federal Express Corp., Washington, District of Columbia (HTC71119DC010); Hawaiian Airlines, Honolulu, Hawaii (HTC71119DC011); Jet Blue, Long Island City, New York (HTC71119DC012); Kalitta Air LLC, Ypsilanti, Michigan (HTC71119DC013); Lynden Air Cargo LLC, Anchorage, Alaska (HTC71119DC014); Miami Air International Inc., Miami, Florida (HTC71119DC015); MN Airlines, doing business as Sun Country, Eagan, Minnesota (HTC71119DC016); National Air Cargo Group Inc., Orlando, Florida (HTC71119DC017); Northern Air Cargo Inc., Anchorage, Alaska (HTC71119DC018); Omni Air International LLC, Tulsa, Oklahoma (HTC71119DC019); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC71119DC020); Southwest Airlines, Dallas, Texas (HTC71119DC021); Tantonduk Outfitters Ltd., Fairbanks, Alaska (HTC71119DC022); United Airlines Inc., Chicago, Illinois (HTC71119DC023); United Parcel Service Co. (UPS), Louisville, Kentucky (HTC71119DC024); USA Jet Airlines, Belleville, Michigan (HTC71119DC025); and Western Global Airlines (WGA), Estero, Florida (HTC71119DC026). This contract provides heavyweight delivery services for domestic and international shipments. Services shall be provided for the Department of Defense, other federal government agencies, and contractors who have a cost-reimbursable contract line item number under another government contract which includes transportation of freight (cost-reimbursable contractors). Services required include door-to-door, time-definite, pick-up and delivery, transportation, timely and accurate shipment tracking, government Third Party Payment System participation, customs clearance processing (if applicable) and shipment data reporting. Work will be performed internationally and domestically, with an expected completion date of Sept. 30, 2022. Ordering is decentralized and funding is provided by multiple government agencies. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019) AAR Airlift Group Inc., Palm Bay, Florida, has been awarded a task order modification (HTC711-18-F-R029 P00005) on contract HTC711-17-D-R016 in the amount of $34,093,983. This modification provides continued support of NATO Air Command-Afghanistan/Combined Security Transition Command. The services provide dedicated rotary wing air transportation to move passengers, cargo, and human remains as well as perform casualty evacuation in support of the Afghan Air Force within the borders of the government of the Islamic Republic of Afghanistan. The option period of performance is from March 19, 2019, to March 18, 2020. Type of appropriation is fiscal 2018 and 2019 Afghanistan Security Force Funds (Army). This modification brings the total cumulative face value of the task order to $67,575,617 from $33,481,634. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded March 19, 2019) NAVY Northrop Grumman Systems Corp., Herndon, Virginia, is awarded a $245,048,211 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise options for the Joint Counter-Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment 1 Block 1 (I1B1) systems full-rate production in support of the Expeditionary Warfare Program Office. CREW systems are designed to provide protection for foot soldiers, vehicles and permanent structures. The JCREW I1B1 system is the first-generation system that develops a common open architecture across all three capabilities and provides protection for worldwide military operations. This integrated design maximizes commonality across all capabilities, reduces life cycle costs and provides increased protection against worldwide threats. Work will be performed in San Diego, California, and is expected to be completed by January 2021. Foreign military sales funding from the government of Australia in the amount of $2,159,560 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. Patriot Contract Services LLC, Concord, California, is awarded a $77,030,190 modification for the fixed-price portion of a previously awarded contract (N0003314C3210). This modification is for a 12-month bridge contract for the operation and maintenance of eight government-owned Watson-class large medium-speed roll-on/roll-off ships. The ships will continue to support Military Sealift Command's worldwide prepositioning requirements. Work will be performed at sea worldwide beginning April 1, 2019, and is expected to be completed by March 31, 2020. Working capital funds (Navy and Transportation) funds in the amount of $77,030,190 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract extension was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1). The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. L-3 Chesapeake Sciences Corp., Millersville, Maryland, is being awarded a $43,094,331 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee, cost-type modification to previously-awarded contract N00024-16-C-6251 to exercise options for the production of TB-29C towed arrays. Work will be performed in Liverpool, New York (48 percent); Millersville, Maryland (32 percent); and Ashaway, Rhode Island (20 percent), and is expected to be completed by January 2022. Fiscal 2018 and 2019 other procurement (Navy); and fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $43,094,331 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. Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is being awarded a $32,462,990 firm-fixed-price delivery order (N0002419F4123) under previously-awarded contract N00024-19-G-4108 for two spare MT30 and one MT5S Marine Gas Turbine Engines (MGTEs). The material procured under this basic ordering agreement will build a rotatable pool of spare MT30 and MT5S MGTEs and related material. These MGTEs are installed in LCS 1-variant littoral combat ships (hulls 5 through 25 only) and DDG 1000-class destroyers. Work will be performed in Bristol, United Kingdom (93 percent); and Indianapolis, Indiana (7 percent), and is expected to be completed by March 2021. Fiscal 2018 other procurement (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $32,462,990 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Bell Boeing Joint Program Office, Amarillo, Texas, is being awarded an $18,663,905 modification (P00003) to a firm-fixed-price delivery order (N0001919F0305) against a previously issued basic ordering agreement (N00019-17-G-0002). This modification exercises an option to procure 60 MV-22 Proprotor Hub spring and drive link kits for the Marine Corps; and 10 CV-22 Proprotor Hub spring and drive link kits and six CV-22 Hub Spring Mod spare kits for the Air Force. Additionally, this modification provides for the procurement of 12 interim spare drive links, three interim spare hub springs and nine proprotor hub spring and drive link kits in support of the government of Japan. Work will be performed in Amarillo, Texas, and is expected to be completed in March 2021. Fiscal 2019 aircraft procurement (Navy and Air Force); and Foreign Military Sales funds in the amount of $18,663,905 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($13,355,718; 72 percent), the Air Force ($2,891,600; 15 percent); and the government of Japan ($2,416,587; 13 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY SRI International, Menlo Park, California, has been awarded a maximum $87,707,816 long-term, indefinite-delivery, hybrid cost-plus-fixed-fee, firm-fixed-price, requirements type contract for the generalized emulation of microcircuits production program. 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 one six-month option period. Locations of performance are New Jersey and California, with a Jan. 31, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriations are fiscal 2019 through 2024 operations and maintenance; and defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-19-D-0025). Moog Inc., Elma, New York, has been awarded a maximum $18,618,768 firm-fixed-price requirements-type contract in support of the F/A-18 aircraft. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Locations of performance are New York and California, with a March 21, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-17-D-9415). Top Flight Aerostructures Inc.,* Dallas, Georgia, has been awarded a maximum $10,000,000 modification (P00006) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0007) with one two-year option period for consumable and depot-level repairables for C5 panels. This is a firm-fixed-price contract. Location of performance is Georgia, with a March 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia. Aero Components Inc.,* Fort Worth, Texas, has been awarded a maximum $10,000,000 modification (P00008) exercising the two-year option period of a three-year base contract (SPRWA1-16-D-0002) with one two-year option period for consumable and depot-level repairables for C5 panels. This is a firm-fixed-price contract. Location of performance is Texas, with a March 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia. Truman Arnold Companies, doing business as TAC Air, Fort Smith, Arkansas, has been awarded a minimum $7,376,860 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with a six-month option period. Location of performance is Arkansas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0026). The Boeing Co., Seattle, Washington, has been awarded a maximum $7,123,294 firm-fixed-price delivery order (SPRPA1-19-F-MQ03) against a five-year basic ordering agreement (SPE4A1-19-G-0013) with no option periods for turret drive units for the P-8 aircraft. 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, two-month contract with no option periods. Location of performance is Washington, with a May 30, 2024, performance completion date. Using customers are Navy and Foreign Military Sales to the United Kingdom. Type of appropriation is fiscal 2019 through 2024 Navy working capital funds and foreign military sales funding. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. AIR FORCE Range Generation Next, LLC (RGNext), Sterling, Virginia, has been awarded an $81,597,046 fixed-price-incentive-firm modification (P00231) to previously awarded contract FA8806-15-C-0001 for Launch and Test Range System Integrated Support Contract operations, maintenance, and sustainment. This modification provides for support of an increase in operational requirements. Work will be performed primarily at the Western Range at Vandenberg Air Force Base, California; and the Eastern Range at Patrick Air Force Base, Florida. Work is expected to be complete by Sept. 30, 2022. No funds are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8806-15-C-0001). L-3 Communications, Greenville, Texas, has been awarded a $48,417,986 cost-plus-fixed-fee modification (P00005) to previously to previously awarded delivery order FA8620-18-F-4801, against basic ordering agreement FA8620-16-G-3027, for an additional engineering effort. This modification provides for non-recurring engineering for the design effort of the ground system. Work will be performed in Greenville, Texas, and is expected to be complete by Dec. 24, 2021. This award is the result of a sole-source acquisition, and contract involves 100 percent foreign military sales. Foreign military sales funds in the full amount are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $258,236,191. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. General Dynamics, Ordnance and Tactical Systems, Niceville, Florida, has been awarded a $27,600,096 firm-fixed-price modification (P00012) to previously awarded contract FA8681-16-C-0002 for the BLU-134/B Improved Lethality Warhead. This modification provides for the exercise of an option for a quantity of BLU-134/B warheads produced under the basic development contract. Work will be performed in Niceville, Florida, and is expected to be complete by Sept. 30, 2020. Fiscal year 2019 procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Atmospheric and Environmental Research (AER), Lexington, Massachusetts, has been awarded a $21,559,320 cost-plus-fixed-fee contract for research and development. This contract will provide for comprehensive, next-generation space environment model development, verification and validation, space environment related product development support, and design/prototyping of advanced space weather sensors. Work will be performed in Lexington, Massachusetts; and Kirtland Air Force Base, New Mexico, and is expected to be complete by July 1, 2024. The award is the result of a competitive acquisition and four offers were received. Research and development funds in the amount of $2,107,785 are being obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-19-C-0400). The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability Phase I. This contract provides for the development, demonstration, and transition of advanced turbine propulsion, power and thermal technologies that provide improvement in affordable mission capability. Work will be performed in St. Louis, Missouri, and is expected to be complete by March 2027. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 and 2019 research and development funds in the amounts of $5,000 and $315,000, respectively, are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton Ohio, is the contracting activity (FA8650-19-D-2055). Boston College, Institute for Scientific Research, Boston, Massachusetts, has been awarded a $10,632,835 cost reimbursable contract for research and development. This contract provides for extending and exploiting existing tools, assets and information to maximize near-term benefits to the government, while simultaneously generating new ideas, innovations and basic research for next-generation technologies promising new, in some cases revolutionary, capabilities for the warfighter. Work will be performed at Boston College, Massachusetts; and Kirtland Air Force Base, New Mexico; and a few other locations in the U.S., and is expected to be complete by April 1, 2024. The award is the result of a competitive acquisition and four offers were received. Fiscal 2019 research and development funds in the amount of $681,932 are being obligated at the time of award. Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9453-19-C-0401). Lockheed Martin Corp. Rotary and Mission Systems, King of Prussia, Pennsylvania, been awarded a $9,127,496 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) Enterprise Management System 8.0. This contract provides for enhancements to the software package known as the JASSM Enterprise Management System. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by March 21, 2020. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $7,950,826 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin, Air Force Base, Florida, is the contracting activity (FA8682-19-C-0012). General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $8,925,748 undefinitized contract action for the France MQ-9 Block 1 Weapons integration effort. This contract provides for the production and integration of weapons kits onto the French Air Force MQ-9 Block 1 aircraft. Work will be performed in Poway, California, and is expected to be complete by Sept. 30, 2020. This contract involves 100 percent foreign military sales to France. Foreign military sales funds in the amount of $4,373,617 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2388). Summit Technical Solutions LLC, Colorado Springs, Colorado, has been awarded a $7,399,030 modification (P00024) to previously awarded contract FA2517-17-C-8000 for the Perimeter Acquisition Radar Attack Characterization System (PARCS). This modification provides for the exercise of Option Year Two and the management, operation, maintenance and logistical support of PARCS. Work will be performed at Cavalier Air Force Station, North Dakota, and is expected to be complete by April 30, 2020. Fiscal 2019 operational and maintenance funds in the amount of $6,825,574; and fiscal 2018 other procurement funds in the amount of $882,912 are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $46,920,785. The 21st Contracting Squadron, Peterson Air Force Base, Colorado, is the contracting activity. ARMY U.S. Facilities Inc., Philadelphia, Pennsylvania, was awarded a $20,047,415 firm-fixed-price contract for Atlantic Intracoastal Waterway facilities operations and maintenance. Bids were solicited via the internet with one received. Work will be performed in Chesapeake, Virginia, with an estimated completion date of April 1, 2024. Fiscal 2019 operations and maintenance Army funds in the amount of $3,792,940 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-C-0008). The Urban Collaborative LLC,* Eugene, Oregon (W912BV-19-D-0004); HB&A - The Schreifer Group JV,* Colorado Springs, Colorado (W912BV-19-D-0005); and Onyx of Alexandria Inc.,* Alexandria, Virginia (W912BV-19-D-0006), will compete for each order of the $20,000,000 firm-fixed-price contract for investigative studies, design services and other 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 March 21, 2024. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. Valley Foods Inc.,* Youngstown, Ohio, was awarded a $10,000,000 firm-fixed-price contract for subsistence items and meals for the Virginia National Guard. 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. 29, 2024. U.S. Property and Fiscal Office Virginia is the contracting activity (W912LQ-19-D-0001). Goodfellow Bros. Inc., Wenatchee, Washington, was awarded a $6,917,330 modification (P00001) to contract W912CN-18-D-0008 for rock crushing services at Pohakuloa Training Area, Hawaii. 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 April 23, 2023. 413th Combat Support Brigade, Hawaii, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1793336/

  • Contract Awards by US Department of Defense - March 21, 2019

    26 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 21, 2019

    DEFENSE LOGISTICS AGENCY Federal Resources Supply Co.,* Stevensville, Maryland (SPE8EH-19-D-0014); L.N. Curtis & Sons,* Oakland, California (SPE8EH-19-D-0015); Mallory Safety and Supply,* Longview, Washington (SPE8EH-19-D-0016); Noble Supply & Logistics,* Rockland, Massachusetts (SPE8EH-19-D-0017); Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EH-19-D-0018); and W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-19-D-0019), are sharing a maximum $985,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EH-16-R-0001 for fire and emergency services equipment. This was a competitive acquisition with 13 offers received. These are two-year base contracts with three one-year option periods. Locations of performance are California, Illinois, Maryland, Massachusetts, North Carolina, and Washington, with a March 20, 2024, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support in Philadelphia, Pennsylvania. Government Scientific Source,* Reston, Virginia, has been awarded a maximum $475,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with a March 20, 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-19-D-0004). SND Manufacturing,* Dallas, Texas, has been awarded a maximum $7,997,485 firm-fixed price, indefinite-delivery/indefinite-quantity contract for Navy and Marine Corps running suit jackets. This is a one-year base contract with four one-year options. This was a competitive acquisition with three responses received. Location of performance is Texas, with a March 17, 2020, performance completion date. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-5038). Viasat Inc., Carlsbad, California, has been awarded a maximum $7,133,760 firm-fixed-price contract for radio receivers for the P-8 aircraft. 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 nine-month contract with no option periods. Location of performance is California, with a Dec. 19, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-V037). NAVY General Dynamics National Steel and Shipbuilding Co.-Bremerton, Bremerton, Washington, is awarded a maximum value $465,150,000 cost-cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for aircraft carrier (CVN) shipyard availabilities. The primary purpose of this contract is to execute work required to support the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in accomplishing repair, maintenance, and modernization of closely scheduled maintenance availabilities, including non-nuclear boundary control efforts. This contract includes five ordering periods which, if executed, would make the maximum value of this contract $465,150,000. Work will be performed in Bremerton, Washington, and is expected to be completed by March 2024 when all five ordering periods have been executed. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $928,336 will be obligated at the time of award and will expire at the end of the fiscal year. This contract was competitively procured via Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-4310). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $41,895,897 firm-fixed-price contract for the execution of USS Anchorage (LPD 23) fiscal 2019 selected restricted availability. This availability will include a combination of maintenance, modernization, and repair of USS Anchorage. This is a “long-term” availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,428,791. Work will be performed in San Diego, California, and is expected to be completed by July 2020. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) in the amount of $41,895,901 will be obligated at time of award, and contract funds in the amount of $34,002,448 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to Solicitation No. N00024-18-R-4411. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4407). United Technologies Corp., Pratt & Whitney Engines, Hartford, Connecticut, is awarded $18,434,122 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F-135 long lead items in support of non-U.S. Department of Defense (U.S. DoD) participants. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in March 2022. Non-U.S. DoD participant funds in the amount of $18,434,122 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. JJLL LLC, Austin, Texas, is awarded $18,353,983 under a previously awarded cost-plus-incentive-fee contract (N62742-17-C-3580) to exercise the second option period to provide services for Philippines operations support for the Marine Corps Forces, Pacific and Pacific Command Augmentation Team, the Republic of Philippines. The work to be performed provides services for management and administration; commercial telephones, cable television and other services; security; airfield facilities; passenger terminal and cargo handling; ordnance; material management; supply services; morale, welfare and recreation support; galley; billeting; facility management; facility investment; facility services; utilities; base support vehicles and equipment; and environmental services. After award of this option, the total cumulative contract value will be $99,551,165. Work will be performed in the Republic of the Philippines, and this option period is from April 2019 to March 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,370,311 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. AIR FORCE L3 Technologies Systems Co., Cincinnati, Ohio, has been awarded a $131,780,189 indefinite-delivery/indefinite-quantity contract for the Cockpit-Selectable Height-of-Burst Sensor. This contract provides for the replacement of the current DSU-33D/B height-of-burst sensor and will address obsolescence issues, improve performance and add functionality. Work will be performed in Cincinnati, Ohio, and is expected to be complete by April 2027. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 procurement funds in the amount of $513,244 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0006). General Atomics Aeronautical Systems Inc., Poway, Calif., has been awarded a not-to-exceed $123,293,911 undefinitized contract action for MQ-9 Block 5 procurement. This contract provides for four MQ-9 unmanned air vehicles, four Mobile Ground Control Stations, spares, and support equipment. Work will be performed predominately in Poway, California, and is expected to be complete by Dec. 31, 2020. This contract involves 100 percent foreign military sales to the Netherlands. Foreign military sales funds in amount of $38,928,607 are being obligated at the time of award. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2310). MAG Aerospace, Newport News, Virginia, has been awarded an $11,386,672 predominantly firm-fixed-price contract for the UK MQ-9 Reaper Operations Center. This contract provides for ongoing sustainment, management, development and network administration of the United Kingdom MQ-9 Reaper Operations Centers. Work will be performed at Creech Air Force Base, Nevada; and Royal Air Force Waddington, United Kingdom, and is expected to be complete by Sept. 30, 2021. This award is the result of a sole-source acquisition and involves 100 percent foreign military sales to the government of the United Kingdom. Air Force Life Cycle Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-2002). Call Henry Inc., Titusville, Florida, has been awarded a $10,200,000 predominantly fixed-price incentive modification (P00051) to previously awarded contract FA4610-18-C-0005 for the exercise of Option Year Two. This modification provides management and support, maintenance and repair, operations, other services and minor alteration related to launch operations support. This modification brings the total cumulative face value of the contract to $55,975,903. Work will be performed at Vandenberg Air Force Base, California, and is expected to be complete by June 30, 2020. Fiscal 2019 operations and maintenance funds in the amount of $3,000,000 will be obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity. ARMY Whitesell-Green Inc., Pensacola, Florida, was awarded a $26,376,465 firm-fixed-price contract to design and build student dorms. Bids were solicited via the internet with five received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of March 21, 2021. Fiscal 2019 military construction funds in the amount of $26,376,465 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0012). SAP National Security Services Inc., Newtown Square, Pennsylvania, was awarded a $16,014,307 time and materials contract for consulting services. One bid was solicited with one bid received. Work will be performed in Alexandria, Virginia; and Aberdeen, Maryland, with an estimated completion date of March 21, 2022. Fiscal 2019 research, development, test and evaluation; and operations and maintenance, Army funds in the amount of $4,011,556 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0020). Valiant Global Defense Services Inc., San Diego, California, was awarded an $8,717,022 modification (P00086) to contract W91QVN-14-C-0033 for operations support services for the Korea Battlefield Simulation Center. Work will be performed in Seoul, South Korea, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,474,936 were obligated at the time of the award. 411th Combat Support Battalion, Korea, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1792112/

  • Contract Awards by US Department of Defense - March 20, 2019

    26 mars 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 20, 2019

    NAVY The Boeing Co., St. Louis, Missouri, is awarded a ceiling priced $4,040,458,297 modification to convert a previously awarded advanced acquisition contract (N00019-18-C-1046) to a fixed-price-incentive-firm-target multi-year contract. The target price for this multi-year contract is $4,001,410,000. This modification provides for the full-rate production and delivery of 78 F/A-18 aircraft, specifically 61 F/A-18E and 17 F/A-18F aircraft for fiscal years 2018 through 2021. Work will be performed in El Segundo, California (61 percent); Hazelwood, Missouri (9 percent); Longueuil, Quebec, Canada (2 percent); Torrance, California (2 percent); Bloomington, Minnesota (2 percent); Ajax, Ontario, Canada (2 percent); Vandalia, Ohio (1 percent); Fort Worth, Texas (1 percent); Irvine, California (1 percent); Palm Bay, Florida (1 percent); Santa Clarita, California (1 percent); Grand Rapids, Michigan (1 percent); Greenlawn, New York (1 percent); Endicott, New York (1 percent); Marion, Virginia (1 percent); and various locations within the continental U.S. (13 percent). Work is expected to be completed in April 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $1,557,334,000 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. American Systems Corp., Chantilly, Virginia (M67854-19-D-7870); Calibre Systems Inc., Alexandria, Virginia (M67854-19-D-7871); Corps Solutions, Stafford, Virginia (M67854-19-D-7872); Obsidian Solutions Group,* Fredericksburg, Virginia (M67854-19-D-7873); Science Applications International Corp., Reston, Virginia (M67854-19-D-7874); Solutions Through Innovative Technologies Inc., Fairborn, Ohio (M67854-19-D-7875); and Valiant Global Defense Services Inc., San Diego, California (M67854-19-D-7876), are awarded a multiple award, indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing arrangements for the procurement of Marine Air-Ground Task Force (MAGTF) Training Systems Support (MTSS), with a combined maximum ceiling amount of $245,000,000. MTSS provides pre-deployment training to the Marine Corps Operating Forces within a joint and combined environment to improve warfighting skills. Training includes realistic computer-based simulation training; command, control, computers, communications, intelligence, surveillance, and reconnaissance training; combined arms staff trainer training; MAGTF tactical warfare simulation; and Deployable Virtual Training Environment. Work will be performed at Quantico, Virginia (55 percent); Camp Lejeune, North Carolina (15 percent); Camp Pendleton, California (10 percent); Twentynine Palms, California (10 percent); and Okinawa, Japan (10 percent), and is expected to be completed by March 19, 2029. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued. The companies will compete for task orders under the terms and conditions of the awarded contract. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. Merrill Technologies Group,* Saginaw, Michigan (N68335-19-D-0038); and Precision Custom Components LLC,* York, Pennsylvania (N68335-19-D-0039), are each being awarded indefinite-delivery/indefinite-quantity contracts. These contracts provide for the delivery of various components in support of the aircraft launch and recovery and support equipment programs, to include critical safety item/critical application item. The estimated aggregate ceiling for all contracts is $42,240,000, with the companies having an opportunity to compete for individual orders. Work will be performed at contractor facilities in Merrill, Michigan; and York, Pennsylvania, and is expected to be completed in March 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, is awarded $37,496,252 for modification P00002 to firm-fixed-price delivery order N0001918F0478 against a previously issued basic ordering agreement (N00019-15-G-0026). This modification provides for the procurement and delivery of seven MR-TCDL B-Kits, one Mission Avionics Systems Trainer B-Kit, and associated A- and B-Kit spares for the MR-TCDL upgrade to the E-6B Mercury aircraft. Work will be performed in Salt Lake City, Utah (73 percent); San Diego, California (25 percent); and Boston, Massachusetts (2 percent), and is expected to be completed in October 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $37,496,252 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 Rotary and Mission Systems, Syracuse, New York, is awarded a $27,510,334 cost-plus-incentive-fee modification to previously-awarded contract N00024-09-C-6247 for the procurement of fiscal 2019 electronic warfare AN/BLQ-10 kits and spares to support program requirements. Work will be performed in Syracuse, New York (99 percent); and Manassas, Virginia (1 percent), and is expected to be completed by October 2022. Fiscal 2019 other procurement (Navy) funding in the amount of $27,510,334 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. MEB General Contractors Inc., Chesapeake, Virginia, is awarded a $20,334,000 firm-fixed-price contract for consolidated fuel facilities at Shaw Air Force Base, South Carolina. The work to be performed provides for the construction of a new 6400 sq. ft. petroleum, oils, and lubricants operations facility with privately-owned vehicle parking for 60 vehicles; a new 2400 gallons per minute (gpm) Type III pump house facility and control room; four new 600 gpm high speed truck fillstands; a new reinforced concrete parking area for 20 fuel refueler trucks; piping modifications to the three existing aboveground storage tanks; new interconnecting piping; spill containment provision; a cathodic protection system; and supporting site work and utilities for the new facilities. Work will be performed in Sumter, South Carolina, and is expected to be completed by March 2021. Fiscal 2018 military construction (Defense Logistics Agency) contract funds in the amount of $20,334,000 are obligated on this 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 three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-1304). Air Cruisers Co. LLC, Wall Township, New Jersey, is awarded an $8,026,673 long-term contract for repair of five various life raft inflatables in support of the Multi-Place Life Rafts System for use on various aircraft. The contract will include a three-year contract with two one-year option periods which if exercised, the total value of the contract is estimated to be $13,754,049. Work will be performed in Liberty, Mississippi. Work is expected to be completed by March 2022; if all options are exercised, work will be completed by March 2024. No funds are obligated at the time of award. Annual working capital funds (Navy) will be obligated as individual task orders are issued. Funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UC01). ARMY American Mechanical Inc.,* Fairbanks, Alaska (W911KB-19-D-0012); Brice Civil Constructors Inc.,* Anchorage, Alaska (W911KB-19-D-0013); Central Environmental Inc.,* Anchorage, Alaska (W911KB-19-D-0014); Derian/OCC JV,* Anchorage, Alaska (W911KB-19-D-0015); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-19-D-0016 ), will compete for each order of the $200,000,000 firm-fixed-price contract for design, construct and repair of utilidor/utility systems. 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 March 18, 2024. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity. Applied Visual Technology Inc.,* Orlando, Florida, was awarded a $10,153,464 modification (P00005) to contract W900KK-18-D-0019 for systems engineering and software support. Work locations and funding will be determined with each order, with an estimated completion date of March 19, 2020. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. AIR FORCE Company Deloitte Consulting LLP, Arlington, Virginia, has been awarded a $39,933,653 firm-fixed-price contract for technical and programmatic expertise and recommendations. This contract provides for force optimization analysis support to HQ Air Combat Command. Work will take place at Joint Base Langley-Eustis, Virginia, and is expected to be completed by June 15, 2022. This contract is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,949,388 are being obligated at the time of award. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-F-A024). (Awarded March 19, 2019) DEFENSE LOGISTICS AGENCY Freeman Holdings of Louisiana LLC, doing business as Million Air Lake Charles,* Lake Charles, Louisiana, has been awarded a minimum $18,832,439 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with a six-month option period. Location of performance is Louisiana, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0008). M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $13,781,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy Working Uniform blouses and Army Combat Uniform coats. This was a competitive acquisition with six responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Puerto Rico, with a March 19, 2021, estimated performance completion date. Using military services are Navy and Army. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1145). Eaton Aeroquip LLC, Jackson, Michigan, has been awarded a maximum $8,992,216 firm-fixed-price contract for hoses, assemblies and other related parts. This was a competitive acquisition with one offer received. This is a three-year contract with two one-year option periods. Location of performance is Michigan, with a March 20, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0016). *Small business **Woman-owned small business in historically underutilized business zones https://dod.defense.gov/News/Contracts/Contract-View/Article/1790554/

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.