Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    2331 nouvelles

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

  • Une conférence sur les industries et marchés de défense

    2 avril 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Une conférence sur les industries et marchés de défense

    (B2) Formation Continue Panthéon Sorbonne (FCPS) et la Fondation pour la recherche stratégique (FRS), en liaison avec le programme de recherche « Sorbonne War Studies », organisent le 10 avril prochain un colloque sur le thème « Industries et marchés de défense : dynamiques nationales et européennes ». Parmi les points abordés, la coopération nordique, l'axe franco-allemand, le partenariat stratégique France-Belgique CAMO, un état des lieux sur l'ouverture des marchés publics de défense à la concurrence, le programme PEDID et le futur Fonds européen de la défense, etc. Lieu : Amphi II A du centre Panthéon de l'université Paris I, 12 place du Panthéon, 75005 Paris. Inscription Télécharger le programme https://www.bruxelles2.eu/2019/03/30/industries-et-marches-de-defense-dynamiques-nationales-et-europeennes/

  • Les start-up spécialisées dans la défense et la sécurité poussent tous azimuts

    2 avril 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Les start-up spécialisées dans la défense et la sécurité poussent tous azimuts

    Par Michel Cabirol Cinq des dix start-up accompagnées par Generate, l'accélérateur du Groupement des Industries Françaises de Défense et de Sécurité Terrestres et Aéroterrestres (GICAT), sont devenues des scale-up. Qui a dit que la défense et la sécurité n'étaient plus un domaine d'innovations... Deux ans après le lancement de son accélérateur de start-up dans le domaine de la défense et de la sécurité (Generate), le Groupement des Industries Françaises de Défense et de Sécurité Terrestres et Aéroterrestres (GICAT) tire un bilan positif des deux premières promotions de start-up accompagnées. Sur les dix ayant intégré Generate dès le départ, cinq ont franchi un cap pour devenir les fameuses scale-up (ou TPE). Ce sont le cas d'Aleph Networks, qui explore le deep et le dark web, de CerbAir (lutte anti-drone), de Diodon (drones), d'Internest, qui améliore la sécurité des vols des drones et des hélicoptères et, enfin, de l'éditeur de logiciels Linkurious, qui fournit des analyses de réseaux sociaux. En revanche, Othello, qui a développé une approche scientifique du comportement humain, Numalis, qui analyse les logiciels pour détecter et corriger les vulnérabilités numériques, Physip, qui propose des solutions d'analyse automatique de l'activité cérébrale basées sur l'EEG (électroencéphalogramme) et Uniris, qui fournit des services inviolables d'authentification, vont rester une année supplémentaire au sein de Generate afin de d'essayer de passer le cap de start-up. Enfin, Sterblue, qui édite une solution de pilotage automatique adaptable à tous les drones du marché, va se consacrer aux marchés civils. Cette start-up nantaise, créée par des anciens d'Airbus, a réussi fin 2018 une première levée de fonds de 2 millions de dollars. 8 millions d'euros de levées En deux ans, 50% des start-up de Generate ont réussi à lever des fonds, nouer des partenariats industriels, remporter des contrats et se projeter à l'export. Ainsi, elles ont réussi à lever 8 millions d'euros de fonds auprès d'investisseurs publics, privés et notamment des Venture Capital d'industriels du GICAT. Elles ont réalisé un chiffre d'affaire de 4,8 millions d'euros et près d'une start-up sur deux est aujourd'hui présente à l'export et y remporte des marchés. Elles emploient aujourd'hui près d'une centaine de personnes, dont la moitié a été recrutée sur les deux dernières années. Enfin, elles ont remporté sept trophées et prix aussi bien dans la défense et la sécurité, mais également auprès d'organisme civil. Pour le GICAT, ces résultats confirment sa volonté de poursuivre le recrutement de nouvelles pépites, en développant son système de parrainage, en se faisant connaitre auprès d'investisseurs et en accompagnant nos partenaires institutionnels (Délégation générale de l'armement, Agence Innovation défense, Armées, Ministère de l'intérieur, etc.). Generate accueille ou a accueilli au total 28 start-up depuis ses débuts. https://www.latribune.fr/entreprises-finance/industrie/aeronautique-defense/les-start-up-specialisees-dans-la-defense-et-la-securite-poussent-tous-azimuts-811829.html

  • Contract Awards by US Department of Defense - April 1, 2019

    2 avril 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - April 1, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $2,457,390,566 modification (P00015) to a previously-awarded contract HQ0147-17-C-0032 for the production of Terminal High Altitude Area Defense (THAAD) interceptors and associated one-shot devices to support the U.S. government (USG) and the Kingdom of Saudi Arabia (KSA) Foreign Military Sales (FMS) case requirements. The THAAD interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $1,431,251,585 to $3,888,642,151. One offer was solicited with one offer received. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of April 1, 2026. Fiscal 2019 USG procurement funds in the amount of $922,729,226; and KSA FMS funds in the amount of $1,534,661,340 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE The Boeing Co., Boeing Defense Space and Security, St. Louis, Missouri, has been awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract for Joint Direct Attack Munition/Laser Joint Direct Attack Munition (JDAM/LJDAM) technical services, aircraft integration, and sustainment. This contract provides for JDAM/LJDAM-specific activities including, but not limited to, technical services, aircraft integration, and sustainment. Work will be performed in St. Louis, and is expected to be complete by March 2029. This contract involves sales to the U.S. government (52 percent); and foreign military sales (48 percent) to various countries. Fiscal 2019 (Air Force and Navy) procurement and ammunition funds in the amount of $12,829,441 are being obligated on the first task order at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0005). Peerless Technologies Corp., Fairborn, Ohio, has been awarded for $47,241,075 for advisory and assistance services to support the Air Force Civil Engineering Center energy directorate. This contract provides for support of current Air Force energy policy execution, development of new plans and procedures, and implementation of future centralized energy program management endeavors. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by April 10, 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $8,328,435 are being obligated at the time of award. The Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8903-19-F-0126). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $151,287,000 fixed-price-incentive-firm modification (P00016) to a previously awarded advance acquisition contract (N00019-17-C-0001). This modification provides for the procurement of long-lead items for the manufacture and delivery of 21 F-35 Lightning II Lot 14 low-rate initial production aircraft for the governments of Australia (15) and Norway (6). Work will be performed in Fort Worth, Texas (30 percent); El Segundo, California (25 percent); Warton, United Kingdom (20 percent); Orlando, Florida (10 percent); Nashua, New Hampshire (5 percent); Nagoya, Japan (5 percent); and Baltimore, Maryland (5 percent), and is expected to be completed in Dec 2022. International partner funds in the amount of $151,287,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the governments of Australia ($108,170,000; 71 percent); and Norway ($43,117,000; 29 percent) under a cooperative agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Moog Inc., Elma, New York, is awarded an $84,801,681 firm-fixed-price, long-term contract for repair of three items used on the V-22 aircraft. The contract will include a three-year base period with no option periods. Work will be performed in Elma, New York (85 percent); and Cherry Point, North Carolina (15 percent). Work is expected to be completed by March 2022. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-sourced 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-P901). MLT Systems LLC,* Stafford, Virginia, is being awarded a $44,822,205 firm-fixed-price task order (M67854-19-F-3000) under previously awarded contract N00178-10-D-6179 for Program Manager Advanced Amphibious Assault support services for business, acquisition, logistics, engineering, and test and evaluation (T&E) related activities to include acquisition policy and program documentation development; program analysis; logistics management support to include government furnished property maintenance; financial management; engineering; and T&E support. Work will be performed in Stafford, Virginia (74 percent); Camp Pendleton, California (18 percent); Aberdeen, Maryland (5 percent); and Albany, Georgia (3 percent); and is expected to be completed by April 23, 2023. Fiscal 2019 procurement (Marine Corps) funds in the amount of $8,297,486; and fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $2,067,314 will be obligated at the time of award and will not expire at the end of the current fiscal year. The base contract was competitively procured via SeaPort, Zone 2 – National Capital Region, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-F-3000). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $27,333,806 fixed-price indefinite-delivery, indefinite-quantity contract for the procurement of up to 62 430 Aircraft Direction Finders; 123 4230 Radio Tuner Panels; and 123 High Frequency 121 Radios in support of Lots 9, 10, and 11 P-8A Poseidon aircraft. These are in support of the Navy and the governments of Australia, the United Kingdom, Norway, New Zealand, Saudi Arabia, and South Korea. In addition, this contract provides for technical and engineering support, repair of repairables, and technical data. Work will be performed in Cedar Rapids, Iowa (95 percent); and Thiais Cedex, France (5 percent), and is expected to be completed in March 2022. Fiscal 2018 aircraft procurement (Navy); and foreign military sales (FMS) funds in the amount of $6,012,416 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 10 U.S. Code 2304(c)1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0007). (Awarded March 29, 2019) Lockheed Martin Space, Sunnyvale, California, is awarded $17,976,489 for cost-plus-fixed-fee level-of-effort completion modification P00001 to a previously awarded contract (N00030-18-C-0023) to provide the United Kingdom (UK) with engineering and technical support services and deliverable materials for the Trident II Fleet Ballistic Missile System. This contract provides for support for technical planning, direction, coordination, and control to ensure that UK Fleet Ballistic Missile Program requirements are identified and integrated to support planned milestone schedules and emergent requirements. Re-entry Systems UK resident technical support, operational support hardware, and consumable spares are also provided for. Work will be performed in Cape Canaveral, Florida (39.41 percent); Sunnyvale, California (37.62 percent); Titusville, Florida (9.54 percent); Coulport, Scotland (5.70 percent); St. Mary's, Georgia (2.17 percent); Silverdale, Washington (2.11 percent); and various places below one percent (3.45 percent), with an expected level-of-effort completion date of March 31, 2020, and a deliverable items completion date of June 30, 2021. UK Funds in the amount of $17,976,489 will be obligated on this award. Contract funds will not expire at the end of the current fiscal year. This contract was awarded on a sole source basis, pursuant to 10 U.S. Code 2304(c)(4), and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is being awarded a $13,429,873 firm fixed-price contract modification to previously awarded contract (N00024-18-C-4208) to exercise options to procure Machinery Control System (MCS) consoles and cabinets for the DDG 51 new construction ship program and DDG 51 midlife modernization program and associated land based engineering sites. The DDG 51 Class MCS provides control and monitoring capability of the ship's auxiliary, damage control, electrical, and propulsion systems. As part of its electrical capability, the MCS interfaces with the ship's power generation and electrical distribution system. Work will be performed in Orlando, Florida (90 percent); and Baltimore, Maryland (10 percent), and is expected to be completed by March 2021. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) in the amount of $13,429,873 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is being awarded a $12,872,342 modification (P00012) to a previously awarded fixed-price-incentive contract (N00019-17-C-0018). This modification upgrades three MQ-4C Triton aircraft from a baseline Integrated Functional Capability (IFC) 3 software configuration to a Multi-IFC 4 software configuration. Additionally, this modification updates drawings and associated technical data in support of the MQ-4C IFC software configuration upgrade. Work will be performed in Palmdale, California (48 percent); San Diego, California (38 percent); and Moss Point, California (14 percent), and is expected to be completed in October 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,872,342 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. SJC-BVIL,* Montrose Colorado, was awarded an $11,487,876 firm-fixed-price task order under a previously awarded design-build indefinite-delivery/indefinite-quantity unrestricted multiple awarded construction contract (N40084-19-F-4319) for commercial and institutional building construction contract to repair receiver site building Facility 201 at U.S. Naval Support Facility, Diego Garcia, British Indian Ocean Territory. The work to be performed provides replacement of engine generators of North Power Plant 730. The work includes architectural, civil/structural, electrical, mechanical and fire protection. The work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by April 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $11,487,876 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Far East, Diego Garcia, British Indian Ocean Territory, is the contracting activity. (Awarded March 31, 2019) T3W Business Solutions Inc.,* San Diego, California, is awarded a $9,629,274 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $30,132,338. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3420). Thor Solutions LLC,* Arlington, Virginia, is awarded a $9,482,581 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,719,124. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy); and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3421). Kros-Wise Inc.,* San Diego, California, is awarded a $9,382,074 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple award contract for professional and administrative support services to support Naval Information Warfare Center Pacific (NIWC Pacific) corporate operations. Support includes total force manpower management; material control; travel services; facilities operations; data management and visualization; and general administrative support. This is one of three multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the cumulative value of this contract to an estimated $28,378,360. All work will be performed in San Diego, California, and work for the base period is expected to be completed March 31, 2021. If all options are exercised, the period of performance would extend through March 31, 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using working capital funds (Navy) and operations and maintenance (Navy) funds. This contract was competitively procured via Request for Proposal N66001-18-R-0177 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nineteen offers were received and three were selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-19-D-3419). Northrop Grumman Systems Corp., San Diego, California, is being awarded a $7,241,880 advance acquisition contract modification (P00002) to a previously awarded cost-reimbursable contract (N00019-18-C-1028). This modification extends the period of performance and provides additional funding to procure long lead components, material, parts and associated efforts required to maintain the MQ-4C Triton Unmanned Aircraft System planned low rate initial production, lot 4 production schedule. Work will be performed in San Diego, California (25.3 percent); Baltimore, Maryland (22.7 percent); Salt Lake City, Utah (20.2 percent); Bridgeport, West Virginia (8.2 percent); Red Oak, Texas (4.7 percent); Vandalia, Ohio (.2 percent); various locations within the continental U.S. (15.1 percent); and various locations outside the continental U.S. (3.6 percent), and is expected to be completed in May 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,241,880 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY American Water Operations and Maintenance LLC, Voorhees, New Jersey, has been awarded a maximum $49,144,712 modification (P00145) to a 50-year contract (SP0600-08-C-8257) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed-price prospective redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. ARMY Burns & McDonnell, Kansas City, Missouri, was awarded a $48,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4007). Korean Airlines Co. Ltd., Seoul, Republic of Korea, was awarded a $9,446,385 modification (P00003) to contract W91QVN-17-D-0003 for depot level helicopter maintenance. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2020. 411th Combat Support Brigade, Seoul, South Korea, is the contracting activity. World Wide Technology, St. Louis, Missouri, was awarded a $7,883,995 firm-fixed-price contract for information technology hardware. Bids were solicited via the internet with one received. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 3, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,739,383 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0013). CDW Government LLC, Vernon Hills, Illinois, was awarded a $7,701,689 firm-fixed-price contract for hardware supply, specialty notebooks, standard desktop, performance desktop, Standard Micro Form Factor, Performance Micro Form Factor, rugged tablets and monitors. Bids were solicited via the internet with three received. Work will be performed in Bruchmuehlbach-Miesau, Germany, with an estimated completion date of May 6, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,701,689 were obligated at the time of the award. 409th Combat Support Brigade, Wiesbaden, Germany, is the contracting activity (W912CM-19-F-0018). Raytheon Co., McKinney, Texas, was awarded a $7,383,058 firm-fixed-price contract for logistics maintenance capability, repair parts, replenishment material, configuration management, product assurance support, special engineering studies, system engineering, failure analysis, test and evaluation, equipment publications, obsolescence redesigns, test evaluation material for repairs, field service representative technical assistance, and contractor repair in support of the Tube-launched, Optically-tracked, Wireless-guided Improved Target Acquisition System. One bid was solicited with one bid received. Work will be performed in McKinney, Texas, with an estimated completion date of March 31, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,383,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0069). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1802502/

  • Contract Awards by US Department of Defense - March 29, 2019

    2 avril 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - March 29, 2019

    NAVY AECOM Technical Services Inc., Morrisville, North Carolina (N62470-19-D-8022); Aptim Federal Services LLC, Alexandria, Virginia (N62470-19-D-8023); CH2M Hill Constructors Inc., Englewood, Colorado (N62470-19-D-8024); Environmental Chemical Corp., Virginia Beach, Virginia (N62470-19-D-8025); Fluor Intercontinental Inc., Greenville, South Carolina (N62470-19-D-8026); and Perini Management Services Inc., Framingham, Massachusetts (N62470-19-D-8027), are each awarded an indefinite-delivery/indefinite-quantity multiple award global contingency construction contract with provisions to issue cost-plus-award-fee or firm-fixed-price task orders for global contingency construction projects worldwide. The maximum dollar value including the base period and four option years for all six contracts combined is $975,000,000. The work to be performed provides for supervision, equipment, materials, labor, travel, and all means necessary to provide the Navy, and the Navy on behalf of the Department of Defense, or other federal agencies when authorized, an immediate response for civilian construction contract capability. The contract will provide construction, design/build construction, and related engineering services in response to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics, and other urgent requirements. Work may include occasional projects to ensure readiness to perform under emergency situations. The work also includes the capability to set up and operate a material liaison office at a deployed site in support of Naval Construction Force operations. The contractors may be tasked to participate in military exercises. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The work will be performed at various locations worldwide. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 supervision, inspection, and overhead contract funds in the amount of $150,000 ($25,000 per contractor) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction and operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online and Federal Business Opportunities websites, with seven proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. DynCorp International LLC, Fort Worth, Texas, is awarded $114,891,439 for modification P00033 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N0042117C0033). This modification exercises an option for organizational level maintenance and logistics support and support equipment for rotary, fixed, lighter-than-air, and unmanned aircraft assigned to the Naval Test Wing Atlantic. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2020. Fiscal 2019 operations and maintenance; fiscal 2019 Navy working capital; fiscal 2019 research, development, test and evaluation; and fiscal 2019 aircraft procurement (Navy), as well as Foreign Military Sales funds in the amount of $57,241,010 are being obligated at time of award, $8,440,213 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $104,043,071 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of up to 503 technical refresh mission computers for UH-1Y, AH-1Z and UH-60V aircraft, including production units; retrofit units; and spare units for the Marine Corps, Defense Logistics Agency, and the government of Bahrain under the Foreign Military Sales Act. Work will be performed in Salt Lake City, Utah (55 percent); Baltimore, Maryland (25 percent); and Woodland Hills, California (20 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 (N0001919D0025). General Electric, Lynn, Massachusetts, is awarded a not-to-exceed $77,600,136 for an undefinitized contract action, performance-based logistics requirements contract for repair, replacement, and program support of 35 family groups of F404 engine components used on the F/A-18 A-D aircrafts. This contract includes a one-year base period with one two-year option, and two one-year options, which if exercised, will bring the contract value to $343,488,832. Work will be performed in Jacksonville, Florida (80 percent); and at various contractor facilities (20 percent). Work is expected to be completed by March 2020; if all options are exercised, work will be completed by March 2024. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement in accordance with 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-US01). Seemann Composites Inc.,* Gulfport, Mississippi, is awarded a $74,370,830 cost-plus-fixed-fee, cost-type, indefinite delivery/indefinite quantity contract for out-of-autoclave composite fabrication practices and procedures for large-scale, marine composite structures based on fundamental processes developed under the Small Business Innovation Research program. This contract will extend the fundamental understanding gained within the prior Phase I/Phase II/Phase III SBIR initiatives through further development, design integration and testing of engineering solutions to address hybrid material and composite laminate fabrication of marine/Navy-relevant components. Work will be performed in Gulfport, Mississippi (89 percent); and Horsham, Pennsylvania (11 percent), and is expected to completed by September 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $9,385,609 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured using other-than-full-and-open competition under the statutory authority of 10 U.S. Code 2304(c)(5) (authorized or required by statute). The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0002). Hawaiian Dredging Construction Co., Inc., Honolulu, Hawaii, is awarded a $48,298,000 firm-fixed-price contract for installation of a 42-inch potable water transmission main at Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed includes installation of a 42-inch potable water transmission main from the Waiawa Pump Station to the existing 42-inch water main near the intersection of Lehua Avenue and Second Street. It also includes installation of a 16-inch potable water line for continuation of service to the Manana Housing Area, as well as a 12-inch fire line reconnection for the Hawaii Army National Guard facility, abandonment or removal of the existing 42-inch potable water transmission main piping, pipe supports, and valve vaults, and incidental related work. Work will be performed in Pearl City, Hawaii, and is expected to be completed by November 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $48,298,000 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 four proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1319). Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $46,795,460 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for TR-343 Sonar Transducers shipsets for new construction of Arleigh Burke class destroyers. The TR-343 transducer is part of the AN/SQS-53 hull mounted sonar array assembly which is a component of AN/SQQ-89(V) acoustic sonar weapons system. The AN/SQQ-89(V) is a fully integrated surface ship undersea warfare combat system with the capability to search, detect, classify, localize, and attack submarine targets. The contract will provide fabrication, assembly, inspection, test and delivery of TR-343 sonar transducer shipsets. Work will be performed in Braintree, Massachusetts, and is expected to be complete by March 2024. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $2,980,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with two offers received via the Federal Business Opportunities website. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419DGP50). ArgenTech Solutions Inc.,* Newmarket, New Hampshire, is awarded a $44,998,104 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure full-time-equivalents for field service representative support for Gimbaled Sensor Systems. These requirements are in direct support of the Electro-Optic Infrared (EO/IR) projects managed by Naval Surface Warfare Center Crane Electro-Optic Technology Division, including Operation Enduring Freedom, Operation Inherent Resolve and missions in Africa Command. Each of these projects uses a variation of the Multi-Spectral Targeting System Family of EO/IR Sensors. The field service representative efforts under N00164-19-D-JQ32 will support the repairs and sustainment of sensors utilized on the Army Gray Eagle and Sky Warrior MQ-1 unmanned aerial vehicles. Work will be performed at various locations outside and inside the continental U.S. and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Army and Defense); and 2019 aircraft procurement (Army) funding in the amount of $2,667,722 will be obligated at time of award, and funding in the amount of $2,405,222 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ32). Progeny Systems Corp., Manassas, Virginia, is awarded a $32,713,735 cost-plus-incentive-fee modification for Navy systems production and modernization of Navy equipment and engineering services under previously awarded contract N00024-16-C-6246. Work will be performed in Manassas, Virginia (70 percent); and Middletown, Rhode Island (30 percent), and is expected to be complete by September 2022. Fiscal 2019 research, development, test, and evaluation (Navy) funding in the amount of $1,358,291 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. Techflow Mission Support LLC, Idaho Falls, Idaho, is awarded a $26,784,927 modification under a previously awarded, indefinite-delivery/indefinite-quantity contract (N40085-10-D-0213) to exercise option nine for base operations support services at Marine Corps Base (MCB) Camp Lejeune, Marine Corps Air Station (MCAS) New River, and other outlying areas in eastern North Carolina. 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 heavy equipment repair services. After award of this option, the total cumulative contract value will be $238,072,845. Work will be performed in Jacksonville, North Carolina, 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 (Marine Corps) contract funds in the amount of $23,584,025 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. General Dynamics Mission Systems Inc., Pittsfield, Massachusetts, is awarded a $21,778,191 cost-plus-incentive-fee contract modification to previously awarded contract N00024-15-C-6228 to exercise options for engineering services and Navy equipment. Work will be performed in Fairfax, Virginia (53 percent); and Pittsfield, Massachusetts (47 percent), and is expected to be completed by March 2020. Fiscal 2014 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $1,332,560 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. BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded a $21,489,013 firm-fixed-price, fixed-price modification to previously-awarded contract N00024-15-C-4103 to exercise options for the manufacture and delivery of propulsors and tailcones for the Virginia-class submarines SSN 802 and SSN 803. Work will be performed in Louisville, Kentucky (85 percent); Minneapolis, Minnesota (10 percent); and Jacksonville, Florida (5 percent), and is expected to be completed by October 2022. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $21,489,013 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. Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $19,963,187 modification (P00038) to a previously awarded, firm-fixed-price, cost reimbursable, labor hour indefinite delivery, requirements contract (N00019-13-D-0007). This modification increases the ceiling and extends the period of performance of the contract to provide additional TH-57 logistics support services and materials for organizational and depot level maintenance in support of the TH-57 fleet. Work will be performed in Milton, Florida, and is expected to be completed in May 2019. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded $18,687,676 for cost-plus-incentive-fee delivery order N0001919F2902 against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-18-D-0123) providing the fabrication and delivery of 120 Navigation and Communication Advanced Communications Architecture Antenna Kits for the Tomahawk Block IV All-Up-Round recertification in support of the Navy. Work will be performed in Boulder, Colorado (96 percent); and Tucson, Arizona (4 percent), and is expected to be completed in September 2020. Fiscal 2019 weapons procurement (Navy) funds in the amount of $18,687,676 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. DRS Network and Imaging Systems LLC, Melbourne, Florida, is awarded $16,446,556 for modification P00013 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-16-C-0015). This modification exercises an option to procure 114 Distributed Aperture Infrared Countermeasures (DAIRCM) sensors and 29 DAIRCM processors, specifically 64 sensors and 16 processors for the Air Force; 30 sensors and 8 processors for the Navy; and 20 sensors and 5 processors for the Army. Work will be performed in Dallas, Texas, and is expected to be completed in August 2021. Fiscal 2018 aircraft procurement (Air Force and Navy); and fiscal 2018 procurement, defense-wide funds; fiscal 2019 aircraft procurement (Air Force and Navy); and fiscal 2019 procurement, defense-wide funds in the amount of $16,446,556 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 Air Force ($9,205,760; 56 percent), Navy ($4,363,996; 27 percent) and Army ($2,876,800; 17 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. NAS Ventures,* Columbus, Ohio, is awarded a $16,032,000 firm-fixed-price contract for runway repair at Marine Corps Air Station (MCAS) Beaufort, South Carolina. This project will repair deteriorated asphalt pavement on Runway 05-23 including overrun (OR) 23 and portions of OR 05 by milling, repair the base and apply a new overlay. The facility record date is 1957. The project will also repair defects in some adjacent surfaces that were identified in 2012 airfield pavement condition survey. It will remove and replace deteriorated joint sealant where it occurs, repair and seal cracks, remove rubber and apply new runway markings. Areas affected by repair will be in compliance with all environmental codes/rules. Work will be performed in Beaufort, South Carolina, and is expected to be completed by December 2020. Fiscal 2019 military construction (Navy) contract funds in the amount of $16,032,000 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 three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9003). Carahsoft, Reston, Virginia, is awarded a $13,350,000 fixed-price blanket purchase agreement under the Department of Navy Enterprise Software Licensing Initiative to provide Symantec brand-name software licenses, software maintenance, and subscription renewals for Department of the Navy (DON) and Marine Corps agencies worldwide. This award is subject to DON policy, “Mandatory Use of Department of the Navy Enterprise Licensing Agreements.” This one-year agreement includes four, one-year option periods which, if exercised, would bring the potential value of this agreement to an estimated $69,140,000. Work will be performed world-wide, and work is expected to be completed March 28, 2020. If all options are exercised, the ordering period will extend through March 28, 2024. No funds will be obligated at the time of award. Funds will be obligated at the delivery order level using operations and maintenance (Navy and Marine Corps) funds. This agreement was competitively procured with a brand name justification in accordance with Federal Acquisition Regulation 8.405-6 via a limited source solicitation and publication on the General Services Administration eBuy website. Two offers were received and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-A-0047). DRS Systems Co., Inc., Melbourne, Florida, is awarded a $10,468,575 cost-plus-fixed-fee modification to previously-awarded contract N00024-13-C-4229 to procure an energy magazine prototype design and associated prototypes. This award is for an engineering change proposal (ECP) to the energy storage module that will provide capability to supply power to a laser weapon system. The energy magazine prototype ECP effort includes design, build, qualification testing, and engineering services to support installation for a total of two prototype units. Work will be performed in Milwaukee, Wisconsin, and is expected to be completed by October 2021. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $4,847,997 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. Insitu Inc., Bingen, Washington, is awarded $9,919,602 for modification P00002 to firm-fixed-price delivery order N0001919F2532 against a previously issued basic ordering agreement (N00019-17-G-0001). This modification procures one ScanEagle Unmanned Aircraft System; consisting of six ScanEagle air vehicles, technical services and related support equipment for the Government of Indonesia. Work will be performed in Bingen, Washington (52 percent); and outside the continental U.S. (48 percent), and is expected to be completed in May 2022. Foreign Military Sales funds in the amount of $9,919,602 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $9,685,470 for modification U00019 to a previously awarded firm-fixed-price, cost-plus-fixed fee contract (N00019-15-C-0105) to develop and integrate the Digital Channelized Receiver/Techniques Generator and Tuner Insertion Program into the F-35 Australia, Canada, United Kingdom Reprogramming Laboratory and deliver other development upgrades to the facility. Work will be performed at Eglin Air Force Base, Eglin, Florida, and is expected to be completed in March 2020. Non-U.S. Department of Defense (DoD) Participant funds in the amount of $9,685,470 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. Centerra Group LLC, Palm Beach Gardens, Florida, is awarded a $7,858,289 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-3600) to exercise the third option period for base operations support services at military and civilian installations in the Republic of Singapore. The work to be performed provides for general management and administration services; air operations (airfield facilities and passenger terminal and cargo handling); operations support supply (material management); housing (family housing and unaccompanied housing); facilities support (facility management, facility investment, custodial, pest control, integrated solid waste management, other (swimming pool), and grounds maintenance and landscaping); utilities (water); base support vehicles and equipment; and environmental. After award of this option, the total cumulative contract value will be $67,519,047. Work will be performed in the Republic of Singapore, and work for this option period is expected to be completed March 2020. Fiscal 2019 operations and maintenance (Navy and Air Force); and fiscal 2019 non-appropriated funds in the amount of $7,312,859 for recurring work will be obligated on individual task orders issued during the option period; of which $7,271,073 will expire at the end of the current fiscal year, and $41,786 is subject to the availability of funds for the next fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. AIR FORCE CACI Federal, Chantilly, Virginia, has been awarded an $810,000,000 indefinite-delivery/indefinite-quantity contract for mobile command and control systems. This contract provides sustainment and modernization support for mobile command and control systems. Work will be performed at Albuquerque, New Mexico, and is expected to be complete by March 2029. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $507,425 are being obligated at the time of award. The Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-19-D-0001). General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $34,306,321 contract action for the Spain MQ-9 Block 5 procurement undefinitized contract action definitization effort. This contract provides for the procurement of two MQ-9 aircraft and associated equipment. Work will be performed in Poway, California, and is expected to be complete by March 31, 2020. This contract involves 100 percent foreign military sales to Spain. 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 003401). DEFENSE LOGISTICS AGENCY Philips Healthcare, Andover, Massachusetts, has been awarded a maximum $450,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one, five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is Massachusetts, with a March 28, 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 (SPE2D1‐19‐D‐0014). Old North Utility Services Inc., San Dimas, California, has been awarded a maximum $27,997,632 modification (P00233) to a 50-year contract (SP0600-07-C-8258) with no option periods for a price adjustment to calendar year 2019 for water/wastewater utility service charge. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Carolina, with a Feb. 28, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Lockheed Martin Corp., Baltimore, Maryland, has been awarded a maximum $22,587,012 modification (P000029) to a five-year base contract (SPE4AX-17-D-9006) with one three-year option period, and one two-year option period to increase the management fee based on increased requirements for the Air Force Industrial Product-Support Vendor (IPV) program. This is a firm-fixed-price with economic-price-adjustment contract. Locations of performance are Maryland, Georgia, Oklahoma and Utah, with a March 31, 2022, 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. Trajen Flight Support, Kelly Field, Texas, has been awarded a maximum $10,437,209 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 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 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0034). City Light & Power FTR LLC, Greenwood Village, Colorado, has been awarded a $10,411,716 modification (P00015), incorporating the economic-price-adjustment agreement to the existing 50-year contract (SP0600-17-C-8327) with no option periods, for the electric distribution utility service charge at Fort Riley, Kansas. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Kansas and Colorado, with a Feb. 29, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. EPIC Aviation LLC, Ellington Field, Texas, has been awarded a maximum $10,115,665 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 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 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0012). FN America LLC, Columbia, South Carolina, has been awarded a maximum $9,899,568 indefinite-delivery/indefinite-quantity contract for machine gun barrels. This was a competitive acquisition with two offers received. This is a five-year base contract with no option periods. Location of performance is South Carolina, with a March 28, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal year 2019 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0116). National Industries For The Blind,** Alexandria, Virginia, has been awarded a maximum $8,916,000 modification (P00008) exercising the third one-year option of a one-year base contract (SPE1C1-16-D-B006) with four one-year option periods for Army Physical Fitness Uniform (APFU) pants. This is an indefinite-delivery contract. Locations of performance are Virginia, North Carolina and Tennessee, with an April 6, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Truman Arnold Companies, doing business as TAC Air, McGhee Tyson, Tennessee, has been awarded a maximum $7,477,932 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 responses received. This is a 47-month contract with one six-month option period. Location of performance is Tennessee, 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-0035). ARMY AECOM International Inc., Neu-Isenburg, Germany (W912GB-19-D-0006); COPLAN Baumann JV 3, Eggenfelden, Germany (W912GB-19-D-0007); Black & Veatch Special Project Corp., Overland Park, Kansas (CDM Federal Services Europe JV); Alsbach-Hahnlein, Germany (W912GB-19-D-0009); Buchart Horn Cardno JV, York, Pennsylvania (W912GB-19-D-0010); and WSP USA Inc., Virginia Beach, Virginia (W912GB-19-D-0011), will compete for each order of the $248,600,000 firm-fixed-price contract for general architect and engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. Lockheed Martin Missile and Fire Control, Grand Prairie, Texas, was awarded a $237,523,200 fixed-price-incentive contract for development and qualification of a hardware design modification to the Guided Multiple Launch Rocket System. One bid was solicited with one bid received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Nov. 1, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $81,738,692 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0065). Wiscraft Inc., Milwaukee, Wisconsin, was awarded a $45,651,972 firm-fixed-price contract for the Urban Operations Squad Set. One bid was solicited with one bid received. Work will be performed in Milwaukee, Wisconsin, with an estimated completion date of March 29, 2024. Fiscal 2018 other procurement, Army funds in the amount of $45,651,972 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0020). Wiscraft Inc., Milwaukee, Wisconsin, was awarded a $45,007,608 firm-fixed-price contract for the Urban Operations Platoon Set. One bid was solicited with one bid received. Work will be performed in Milwaukee, Wisconsin, with an estimated completion date of March 29, 2024. Fiscal 2018 other procurement, Army funds in the amount of $45,007,608 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0022). Cleveland Construction Inc., Mentor, Ohio, was awarded a $28,170,000 firm-fixed-price contract to construct a C-17 Corrosion Control and Fuel Cell Hangar. Bids were solicited via the internet with seven received. Work will be performed in Charlotte, North Carolina, with an estimated completion date of Oct. 3, 2020. Fiscal 2017 military construction funds in the amount of $28,170,000 were obligated at the time of the award. U.S. Property and Fiscal Office North Carolina, is the contracting activity (W91242-19-C-5004). CUBRC Inc., Buffalo, New York, was awarded a $23,208,996 modification (P00010) to contract W31P4Q-15-D-0015 to research and testing of high-speed vehicle concepts, and analysis of supersonic and hypersonic vehicles and their components. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 22, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Cottrell Contracting Corp., Chesapeake, Virginia, was awarded a $21,815,000 firm-fixed-price contract for James River maintenance dredging. 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 March 28, 2022. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-D-0001). Raytheon Co., Andover, Massachusetts, was awarded a $20,853,145 modification (P00040) to Foreign Military Sales (Kuwait) contract W31P4Q-15-C-0022 for new production hardware, upgrade kits, and spares. Work will be performed in Andover, Massachusetts; Tewksbury, Massachusetts; and Merrimack, New Hampshire, with an estimated completion date of March 28, 2023. Fiscal 2019 foreign military sales funds in the amount of $20,853,145 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Creative Times Day School, doing business as Creative Times Inc.,* Ogden, Utah, was awarded a $19,465,068 firm-fixed-price contract to construct a fuel distribution pump house. Bids were solicited via the internet with three received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of March 28, 2021. Fiscal 2019 military construction funds in the amount of $19,465,068 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0010). Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $18,455,300 modification (P00004) to contract W31P4Q-19-C-0038 for Spiral 3 component qualification and system design. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 other procurement, Army funds in the amount of $18,455,300 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. GovSmart Inc.,* Charlottesville, Virginia, was awarded a $13,836,827 firm-fixed-price contract for Solarwinds network maintenance software licenses and engineer toolkit annual maintenance licenses. Bids were solicited via the internet with two received. Work will be performed in Charlottesville, Virginia, with an estimated completion date of March 30, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,836,827 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-C-0005). Carahsoft Technology Corp., Reston, Virginia, was awarded an $11,493,287 modification (P00003) to contract W52P1J-18-F-0029 for Veritas software maintenance. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of March 31, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,493,287 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $10,826,161 modification (P00011) to contract W15QKN-17-C-0024 for procurement of M734A1 Multi-Option Fuze. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Jan. 31, 2020. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $10,826,161 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. DEFENSE MICROELECTRONICS ACTIVITY GlobalFoundries U.S. 2 LLC, Hopewell Junction, New York, is being awarded a $121,000,000 ceiling value modification (P00038) to a previously awarded contract (HQ0727-16-C-0001) to exercise Option Year 3 for access to leading edge, current, and legacy microelectronics and trusted processes for the Department of Defense and other federal agencies. This modification bring the total cumulative face value of the contract to $501,432,911 from $380,432,911. Work will primarily be performed in Burlington, Vermont; Malta, New York; and East Fishkill, New York, with an estimated completion date of this option year ending on March 31, 2020. Fiscal 2019 0400 funds in the amount of $54,930,648 will be obligated at the time of the award of the modification. The Defense Microelectronics Activity, McClellan, California, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY CA Inc., Herndon, Virginia, was awarded a competitive, firm-fixed-price $84,913,699 contract for CA software capacity licensing and maintenance/sustainment support. Performance will be at various Defense Information Systems Agency locations (Mechanicsburg, Pennsylvania; Ogden, Utah; Montgomery, Alabama; and Oklahoma City, Oklahoma). The solicitation was issued pursuant to the authority of 10 U.S. Code §2304(c)(1) and Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Solicitation HC1084-19-R-0002 was posted on the Federal Business Opportunities website (www.fbo.gov) and open to both large and small businesses. CA Inc. is a large business and the only proposal received. Fiscal 2019 defense working capital funds will be used. The period of performance consists of a base period of one year beginning on March 31, 2019, with four one-year option periods ending on March 30, 2024. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-19-C-0003). *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1800834/

  • Lockheed Martin, In Collaboration With Intel, Launches New Hardened Security Solution

    2 avril 2019 | International, Sécurité

    Lockheed Martin, In Collaboration With Intel, Launches New Hardened Security Solution

    SAN FRANCISCO, April 2, 2019 /PRNewswire/ -- Lockheed Martin (NYSE: LMT) has collaborated with Intel (NASDAQ: INTC) to deliver a hardened security solution based on new 2nd Generation Intel® Xeon® Scalable processors to help protect against cyber threats while providing more consistent service performance. Security risks have evolved to the point that software-only options simply aren't adequate, and threats are now so complex that perimeter controls, like firewalls, aren't enough. "Lockheed Martin and Intel have created an innovative solution to help protect against complex cyber threats," said Glenn Kuller, vice president of Advanced Programs at Lockheed Martin Missiles and Fire Control. "This collaboration combines decades of Lockheed Martin's global security expertise and Intel's computing platform experience." Now available on 2nd Generation Intel® Xeon® Scalable processors, the Intel® Select Solution for Hardened Security with Lockheed Martin combines hardware, software and firmware measures that isolate critical data and help protect shared resources such as cores, cache, memory and devices to mitigate cyber threats with more deterministic performance. The Intel® Select Solution for Hardened Security with Lockheed Martin is benchmarked and optimized for strategic workloads and promotes the reduction of a customer's growing total cost of ownership and accelerated, high-confidence deployment. This Intel® Select Solution will be available from HPE, Mercury, Supermicro and more in the coming months. About Lockheed Martin Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 105,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services. SOURCE Lockheed Martin https://news.lockheedmartin.com/2019-04-02-Lockheed-Martin-in-Collaboration-with-Intel-Launches-New-Hardened-Security-Solution

  • 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/

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.