Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    656 nouvelles

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

  • Contract Awards by US Department of Defense – October 08, 2020

    9 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 08, 2020

    Navy Gulf Warehousing Co., Doha, Qatar (N68171-21-D-0016); Marine Agency Co. Ltd, Pusan, Republic of Korea (N68171-21-D-0019); and Seaway Agencies Pty Ltd, Brisbane, Queensland, Australia (N68171-21-D-0030), are awarded an estimated $1,061,000,000 under the previously awarded request for proposals (N68171-20-R-0001) multiple award of firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies and nations, including Navy ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, NATO and other foreign vessels participating in U.S. military or NATO exercises and missions. The contracts will run concurrently and will include a five-year base ordering period with one five-year option, with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The ordering period of the contract is expected to be completed by October 2025; if all options are exercised, the ordering period will be completed by October 2030. Work will be performed in 30 geographic regions: United Arab Emirates (14%); Philippines (10%); Djibouti (7%); eastern U.S. and U.S. territories (6%); Southeastern Asia 2 (5%); Indian Ocean (5%); Republic of Korea (5%); South America (5%); Singapore (4%); western California (4%); Southeastern Asia 1 (3%); Bahrain (3%); Oman (3%); Oceania (2%); China and Russia (2%); United Kingdom/Western Europe (North Sea) (2%); Italy (2%); Eastern Europe/Black Sea (2%); Western Europe (Mediterranean) (2%); Northern Atlantic (2%); Panama (2%); North America (2%); Japan (1%); Greece (1%); Africa (1%); Middle East (1%); Central America (1%); Caribbean and Bermuda (1%); eastern U.S. territories (1%); and western U.S. territories (1%). Due to the fact that the specific requirements for husbanding support cannot be predicted at this time, more specific information about where the work will be performed cannot be currently provided. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $9,000 will be obligated ($3,000 on each of the three contracts to fund the contracts' minimum amounts), and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on beta.SAM.gov; Navy Electronic Commerce Online (NECO); and Euro NECO with 36 offers received. The Naval Supply Systems Command, Fleet Logistics Center, Sigonella, Naples Detachment, Italy, is the contracting activity. (Southeastern Asia 1 is aligned to the Pacific Islands [Palau, Fiji, French Polynesia, Kiribati, Marshall Islands, Micronesia, Nauru, New Caledonia-France, Papua New Guinea, Solomon Islands, Tonga, Tuvalu, Vanuatu and Western Samoa]. Southeastern Asia 2 is aligned to Southeastern Asian mainland countries [Brunei, Cambodia, Indonesia, Malaysia, Thailand and Vietnam]. Arete Associates, Northridge, California, is awarded a $17,976,258 firm-fixed-price modification to exercise Option Three of previously awarded contract N61331-18-D-0012 to provide Coastal Battlefield Reconnaissance and Analysis Block I systems. This option is for additional Coastal Battlefield Reconnaissance and Analysis (COBRA) Block 1 production systems. Work will be performed in Tucson, Arizona (35%); Destin, Florida (35%); and Santa Rosa, California (30%), and is expected to be completed by September 2021. No funding will be obligated at time of award and will be obligated at the time a delivery order is issued. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $12,228,590 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-no-fee pricing to provide engineering support for Consolidated Afloat Networks and Enterprise Services to include technical and programmatic services for networking, communications and computer systems and associated certification and information assurance for new developments, current operations and planned upgrades. This one-year contract includes four one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $69,793,839. Work will be performed in the continental U.S.: San Diego, California (76%); Norfolk, Virginia (4%); Hawaii (4%); Washington, D.C. (3%); Charleston, South Carolina (3%); and outside continental U.S.: Japan (4%); Guam (2%); Bahrain (2%); and Italy (2%). The period of performance of the base award is from Oct. 8, 2020, through Oct. 7, 2021. If all options are exercised, the period of performance would extend through Oct.7, 2025. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as task orders are issued using other procurement (Navy); operations and maintenance (Navy); research, development, test and evaluation (Navy); shipbuilding construction (Navy); and other funding, which may include Foreign Military Sales; Program Directive Air; and Navy working capital fund. This contract was competitively procured via Request for Proposal N66001-19-R-0036, which was published on the beta.SAM.gov website. Two offers were received and one selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-21-D-0008). ARMY Ibis Tek Inc.,* Butler, Pennsylvania, was awarded a $229,062,184 firm-fixed-price contract for the Family of Heavy Tactical Vehicles protection kit. 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 April 7, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0095). DEFENSE LOGISTICS AGENCY Dairy Brands Fluid LLC,* doing business as Pet Dairy, Charlotte, North Carolina, has been awarded a maximum $22,800,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are North Carolina and South Carolina, with an Oct. 7, 2023, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and National Oceanic and Atmosphere Administration. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-V381). Aeronix Inc.,* Melbourne, Florida, has been awarded a maximum $8,516,838 fixed-price, indefinite-delivery/indefinite-quantity contract for data interface units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with three one-year option periods. Location of performance is Florida, with an Oct. 7, 2022, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ES-21-D-0005). * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2377069/source/GovDelivery/

  • Democrats face internal ‘fight’ on defense spending, says Smith

    8 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Democrats face internal ‘fight’ on defense spending, says Smith

    Joe Gould WASHINGTON ― The Democratic split over the size of future defense budgets will come to a head in the new Congress, the chairman of the House Armed Services Committee, Rep. Adam Smith, D-Wash., predicted Tuesday. The outcome of the long-simmering dispute would take on higher stakes if some pre-election polling becomes a reality and Democrats retake Congress and the White House. Though President Donald Trump and his supporters claim the Democratic Party has been hijacked by the far left, Smith's remarks suggest the party's future direction, at least on defense spending, is not yet settled. Instead of slashing next year's $740 billion defense budget, as some progressives want, Smith is pushing, “a rational Democratic, progressive national security strategy,” as he called it. That stance seems to align Smith with his party's pragmatic standard-bearer, Joe Biden, who's said he doesn't foresee major defense cuts, if elected. “I don't think that rational policy involves 20 percent defense cut, but that fight is going to be had,” Smith said at an event hosted by George Mason University. “There are extremists on the right and extremists on the left, and what I'm trying to do is say, ‘Let's go for pragmatic problem solving.' I don't see extremism solving problems.” If Democrats are swept into power Nov. 3, it will be by voters opposed to President Donald Trump from across the political spectrum, Smith said. To hold on that mandate, Democrats would need to govern with a broad coalition and not overreach from the left on issues like defense. “Okay, we can win an election because people are appalled by Donald Trump,” Smith said, “but that doesn't mean that they're endorsing us in any sort of huge, dramatic way.” After the House passed an early version of last year's defense policy bill without Republicans aboard, negotiations to reconcile it with theWhite House and GOP-held Senate dragged for months before a compromise bill passed Congress with progressive priorities stripped from it, leaving them dissatisfied. This year, many of the progressives' priorities were deflected from the House's version of the bill, and it passed the chamber with support from more than half of Republicans and more than two-thirds of Democrats. Military spending remains popular with most Republicans, and they largely opposed progressive amendments in the House and Senate this summer to slash the authorization bill by 10 percent. HASC member Rep. Liz Cheney, R-Wyo., called the House amendment, “a deeply irresponsible stunt.” Biden and congressional Democrats are already under pressure from progressives like Sen. Bernie Sanders, I-Vt., who have been part of a campaign to direct spending away from the military in favor of healthcare, education and jobs. Massive spending on national security, they say, didn't protect the country from COVID-19. “You have a progressive movement in the party now that is really motivated and mobilized around foreign policy and national security issues, and that's not going away,” Matt Duss, a Sanders foreign policy aide, told Defense News last month. “That is something a President Biden will have to work with, and I think his team understands that.” As both Biden, Trump and lawmakers of both parties have called for the U.S. to extricate itself from the Mideast and end the “endless wars” in Iraq and Afghanistan, Smith said it's important to educate a war-weary American people about why it's unwise to retreat from the world stage ― marked by hotspots in Libya, Syria and West Africa. “We've got to make the case to them: ‘Here's why the defense budget is what it is, here's why we're trying to accomplish what we're trying to accomplish, and here's why it's in your best interest,'” Smith said. “And we're going to be very aggressive about having public hearings and public discussions to listen to people, to listen to those concerns and try to address them.” The Pentagon's five-year defense plan indicates it will request flat defense spending after 2021, and ― amid pandemic-related expenses and historic deficits ― the budget is widely expected to stay flat regardless of who is president. Smith pretty much echoed that view Tuesday. “I think the reasonable assumption is yeah, the defense budget is going to be flat for a while ― and there is no reason on Earth in my view that we cannot defend the United States of America for $700 to $740 billion,” Smith said. “So I think the better question, the question to focus on, is how do we get more out of it?” On that one, Smith echoed some ideas from his committee's bipartisan Future of Defense Task Force. Its report emphasized the need, in order to compete with a surging China, to divest from some legacy programs and heavily invest in artificial intelligence, among other potentially game-changing technologies. Citing a spate of acquisition failures, Smith said Washington has to work with its defense contractors “about how we spend our money and the results we get for that money.” He also acknowledged the need to protect key contractors stressed by the pandemic's economic impacts and strengthen the industrial base overall. Smith defended the Pentagon's allocation of hundreds of millions of dollars in pandemic relief funding for items like jet and submarine parts instead of increasing the country's supply of medical equipment. The remarks seemed to set him at odds with liberals like Sen. Elizabeth Warren, D-Mass., and Rep. Ro Khanna, D-Calif., who have asked the Defense inspector general to look into the department's “reported misuse” of funds. The Democrat-led House Oversight and Reform Committee, Financial Services Committee, and select subcommittee on the coronavirus crisis are conducting a joint investigation. “Three committees in Congress are now investigating this, and I'm not one of them because there's nothing to investigate here, in my view,” Smith said. “This was part of the CARES Act: We gave a billion dollars to DoD to deal with COVID-related expenses. Very specifically, it said one of the COVID related expenses you could deal with was the defense industrial base, which they did. And now we're chewing on them for doing that.” Smith said the Pentagon did “nothing illegal,” but he suggested it's reasonable to explore whether DoD balanced the money it received appropriately and whether its payments to large contractors are flowing to smaller, more vulnerable firms, as they should. “I think it is important to make sure we keep the industrial base going,” Smith said, “but there's going to be pressure on that [decision].” https://www.defensenews.com/congress/2020/10/07/democrats-face-internal-fight-on-defense-spending-says-smith/

  • Contract Awards by US Department of Defense – October 07, 2020

    8 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 07, 2020

    AIR FORCE Hydraulics International Inc., Chatsworth, California, has been awarded a $377,357,493 firm-fixed-price, requirements-type, indefinite-delivery/indefinite-quantity contract for multiple pieces of hydraulic equipment and hydraulic fluid purification systems to be used on multiple aviation platforms. Work will be performed in Chatsworth, California, and is expected to be completed Oct. 7, 2029. This award is a result of a sole-source acquisition. Fiscal 2021 aircraft procurement; and future fiscal aircraft procurement funds will be obligated upon availability for task orders. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-21-D-0001). PKL Services Inc., Poway, California, has been awarded a $13,757,191 firm-fixed-price modification (P00008) to contract FA4897-18-C-2002 to continue providing military aircraft F15 SG maintenance and operations training. This contract provides for the Republic of Singapore Air Force training on F15 aircraft, and includes both maintenance and operations on the F15 aircraft. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed Sept. 30, 2022. Foreign Military Sales funds in the full amount are being obligated at the time of award. The 366th Financial Acquisition Squadron, Mountain Home AFB, Idaho, is the contracting activity. Honeywell International Inc., Minneapolis, Minnesota, has been awarded an $11,638,078 modification (P00006) to contract FA9453-19-C-0010 to exercise Option Two for critical design review, providing research options for Space Enterprise Technologies. The contractor shall conduct experiments, evaluate, and perform process development back-end pillar fabrication process. Work will be performed in Minneapolis, Minnesota, and is expected to be completed April 14, 2022, per Option Two: Critical Design Review contract line item number 2001 and a Military interdepartmental purchase request from HQ0157 Office of the Under Secretary of the Air Force – Acquisition, Technology and Logistics will be obligated to incrementally fund the option at time of modification. Total cumulative face value of the contract is $17,361,381. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. CORRECTION: The dollar amounts awarded and obligated on Oct. 1, 2020, to Gryphon Technologies L.C., Washington, D.C. (FA7022-21-D-0001), for the processing, analysis and quantitative evaluation of environmental samples and other associated services in support of the Air Force Technical Applications Center's mission were announced inaccurately. The contract amount is actually $49,503,924, and the obligated amount is $4,160,824. DEFENSE LOGISTICS AGENCY Senn Brothers Inc.,* West Columbia, South Carolina, has been awarded a maximum $225,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with an Oct. 3, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and Department of Agriculture schools. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-P365). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $149,528,875 firm-fixed-price delivery order (SPRPA1-21-D-9001) against five-year basic ordering agreement SPRPA1-14-D-002U for KC-46 Commercial Common Program consumable parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. Location of performance is Missouri, with an Oct. 7, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. L1 Enterprises Inc., Frederick, Maryland, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 131 responses received. This is a five-year contract with no option periods. Location of performance is Maryland, with an Oct. 6, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-21-D-0050). * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2375598/source/GovDelivery/

  • How the U.S. election outcome could affect Canada's environment and energy future

    7 octobre 2020 | Local, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    How the U.S. election outcome could affect Canada's environment and energy future

    Alexander Panetta Biden, Trump have deep differences — and each could significantly impact Canada This story is part of a five-part series looking at how the policies of the two U.S. presidential candidates, Joe Biden and Donald Trump, differ when it comes to the major issues of interest to Canada, including energy, defence, trade and immigration. The old truism that elections have consequences is doubly apt for the United States, a country whose politics reach beyond its borders. It's certainly so for Canada. Specific policy issues in a U.S. election hold particular stakes for Canada, including energy and the environment, national defence, the border and migration and U.S. relations with China. In advance of the U.S. presidential election on Nov. 3, CBC will run stories on these five issues, and how they might play out if the winner is current President Donald Trump or his Democratic challenger, Joe Biden. Our first instalment examines one of the most striking differences between them: energy and the environment. If Biden wins Biden drew attention in Canada for promising to cancel the Keystone XL pipeline from Alberta, then doubling down on it. Rory Johnston, an energy analyst at Price Street in Toronto, said a president clearly has the legal power to revoke a permit. What's not clear to him is whether Biden would, in precarious economic times, actually cancel a big project, which would cost jobs and anger construction unions. The Democratic nominee has a sweeping environmental platform that goes far beyond that one pipeline pledge. For starters, he said he'd re-join the Paris climate accord on Day 1 of his presidency. Then he would convene, shame and potentially punish other countries that slack on their carbon emissions commitments. Within 100 days, Biden said he'd hold a global climate summit to push countries to join the U.S. in toughening their climate objectives. He said he would also demand a worldwide ban on government subsidies for fossil fuels. INTERACTIVE Will Biden or Trump be the U.S. president? These states will decide Biden also intends to grade countries on their performance. He promises a global climate change report, similar to the State Department's annual report on human rights and human trafficking. It would rank countries' performance in meeting their Paris commitments. If that doesn't work, he's threatening to wield the stick of trade tariffs. Biden said he wants to impose what he calls "carbon-adjustment fees," or perhaps quotas, on carbon-intensive products from countries that fail to meet climate and environmental obligations. It's not clear how many countries Biden would target. "We can no longer separate trade policy from our climate objectives," says Biden's platform. Canada is projecting a lowering of emissions but not nearly by enough to meet its Paris commitment. Implementing such a tariff could be tricky. To become embedded in U.S. law, it would have to get through Congress — and receiving the 51 to 60 per cent of votes required in the Senate would be a tall order. Some trade analysts believe such a tactic would also be illegal protectionism under international trade law unless the U.S. imposed a similar carbon tax domestically — also a tall order. However, other analysts say there's one tool Biden could use, which has become famous in the Trump era: declare carbon emissions a national security matter and apply the same trade weapon the current president used against foreign steel and aluminum. Any regulatory moves could face another hurdle in a more hostile Supreme Court. Speaking of the environment and trade, Biden is proposing a massive, $2 trillion green-infrastructure plan aimed at new transit, vehicles and a carbon-free power grid by 2035. Biden says the construction would be done by U.S. firms under Buy American rules. He would also re-establish policies from the Obama era that Canada has signed onto, from methane and auto regulations to an Arctic drilling ban. Gerald Butts, who was a former senior aide to Prime Minister Justin Trudeau and worked on some of those agreements with the U.S, said Biden's climate policies go far beyond Obama's and reflect a growing recognition of the environmental threat. "Biden's plan would have been unthinkable for a presidential nominee for a major party even one cycle ago," said Butts, now vice-chair of the political risk consultancy Eurasia Group. Bob Deans, a spokesman for the political action committee of the Washington-based Natural Resources Defence Council, called climate change a defining issue for this election. "The American people are facing a stark choice in this election. Two completely different energy futures," Deans said. "We need to be reducing our reliance on oil and gas, not locking future generations into this climate nightmare." If Trump wins In his 2016 platform, Trump promised more oil drilling, more pipelines — and less regulation. He delivered that on several fronts. Just last month he announced a border permit for a multi-purpose rail project that, if built, could eventually ship Canadian oil through Alaska. Trump ditched a number of Obama's climate rules, and left the Paris Accord. (His pullout from the Paris agreement officially goes into effect the day after this year's election.) Trump hasn't published a platform for the next four years. His campaign website simply lists things he's done to slash regulations and promote fossil-fuel development. He's promising no major policy changes. "We would continue what we're doing," Trump told The New York Times, when asked about his overall second-term plans. As far as Canada is concerned, that means a continued commitment to the still-unbuilt Keystone XL pipeline, which would carry nearly one-fifth of the oil Canada exports to the U.S. each day. Johnston said that pipeline isn't, on its own, a make-or-break issue for the Canadian oilpatch, but it would help, he said. He said the oilsands likely need two pipelines completed over the next few years out of the three major projects underway — Trans Mountain to the Pacific Coast, the Line 3 expansion to the Great Lakes and Keystone XL to the Gulf of Mexico — to avoid the type of transportation bottlenecks that have previously devastated Canadian oil prices. "It's never ideal to be just at the limit of your [transportation] capacity," Johnston said. Even with the current president's support, Keystone XL faces challenges. The ground has been cleared for only 100 kilometres of pipe to be laid inside Canada. A border-crossing segment has been built, and 17 pump stations out of an eventual 36 along the route are under construction. That leaves the project about two years, many hundreds of kilometres and some legal and regulatory fights shy of completion. A Supreme Court decision this summer allowed a Montana ruling to stand, which forced the pipeline company to get permits for crossing waterways. Permit hearings were scheduled for late September in Montana and North Dakota. It's an uncertain moment for oil — and the financial stakes for Canada are considerable. It's Canada's top export to the U.S., in dollar figures; Canadian oil accounts for about half of U.S. oil imports, following years of growth. But energy giant BP projects that global oil demand has peaked. The U.S. Energy Information Administration projects U.S. imports will flatten out and even decline a bit. That's happening as several automakers say they will keep building vehicles to the stricter emissions standards set in California — standards that are backed by Ottawa. California, the largest U.S. vehicle market, recently announced it planned to ban sales of gasoline-powered cars by 2035. Some of these changes in energy markets will proceed regardless of who's president. Johnston's own projection? Barring a sudden change in the market, Canadian oil production will grow a bit for two to five years, then plateau at similar levels for decades. https://www.cbc.ca/news/world/us-issues-canada-environment-1.5746288

  • Contract Awards by US Department of Defense – October 06, 2020

    7 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 06, 2020

    U.S. TRANSPORTATION COMMAND Maersk Line Ltd., Norfolk, Virginia, has been awarded a contract modification on contract HTC711-19-D-W026 in the amount of $173,052,625. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $170,116,349, to $343,168,974. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American President Lines LLC, Washington, D.C., has been awarded a contract modification on contract HTC711-19-D-W014 in the amount of $142,730,774. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $140,308,983, to $283,039,757. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey, has been awarded a contract modification on contract HTC711-19-D-W015 in the amount of $85,444,626. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $83,994,841, to $169,439,467. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Matson Navigation Co. Inc., Oakland, California, has been awarded a contract modification on contract HTC711-19-D-W027 in the amount of $72,447,073. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $71,217,825, to $143,664,898. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Liberty Global Logistics LLC, Lake Success, New York, has been awarded a contract modification on contract HTC711-19-D-W025 in the amount of $69,533,730. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $68,353,914, to $137,887,644. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Farrell Lines Inc., Reston, Virginia, has been awarded a contract modification on contract HTC711-19-D-W021 in the amount of $63,026,301. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $61,956,899, to $124,983,200. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded a contract modification on contract HTC711-19-D-W023 in the amount of $56,870,780. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $55,905,822, to $112,776,602. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Waterman Transport Inc., New York, New York, has been awarded a contract modification on contract HTC711-19-D-W016 in the amount of $34,585,142. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $33,998,316, to $68,583,458. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Alaska LLC, Federal Way, Washington, has been awarded a contract modification on contract HTC711-19-D-W036 in the amount of $19,787,662. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $19,451,914, to $39,239,576. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded a contract modification on contract HTC711-19-D-W037 in the amount of $14,243,656. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $14,001,975, to $28,245,631. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Schuyler Line Navigation Co. LLC, Annapolis, Maryland, has been awarded a contract modification on contract HTC711-19-D-W031 in the amount of $12,386,038. This modification provides continued international ocean and intermodal distribution services. Work will be performed worldwide as specified on each individual order. The option period of performance is from Dec. 1, 2020, to Aug. 31, 2021. Fiscal 2021 transportation working capital funds to be obligated on individual task orders. This modification increases the total cumulative face value of the contract from $12,175,877, to $24,561,915. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $78,530,376 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2300 to exercise options for the accomplishment of class design services for the Littoral Combat Ship program. Work will be performed in Hampton, Virginia (31%); Moorestown, New Jersey (27%); Washington, D.C. (22%); and Marinette, Wisconsin (20%), and is expected to be completed by October 2021. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $13,148,817 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, D.C., is the contracting activity. Perspecta Labs Inc., Basking Ridge, New Jersey, is awarded a $17,790,079 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for engineering and telecommunication standards support to enhance national security and emergency preparedness services by enabling Next Generation Network Priority Services over the Internet Protocol Multimedia Subsystem and Long Term Evolution networks. This five-year contract includes two one-year option periods which, if exercised, would bring the potential value of this contract to an estimated $24,658,266. All work will be performed at the contractor's facility in Basking Ridge, New Jersey. The period of performance of the base award is from Oct. 6, 2020, through Oct. 5, 2025. If both option periods are exercised, the period of performance would extend through Oct. 5, 2027. Fiscal 2020 Department of Homeland Security procurement, construction, and improvement funds in the amount of $258,000 will be obligated at the time of award under the initial task order. Contract funds will not expire at the end of the current fiscal year. This contract is awarded using other than full and open competition in accordance with Federal Acquisition Regulations Subpart 6.302-1 and 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-D-0011). FlightSafety Services Corp., Denver, Colorado, is awarded a $13,906,642 modification (P00022) to previously awarded firm-fixed-price contract N61340-18-C-0019. This modification exercises an option to provide aircrew training services in support of the TH-57B/C community, including instruction, operation, and curriculum support. Work will be performed in Whiting Field, Florida, and is expected to be completed in October 2021. No funds are being obligated at time of award. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. RLF and Sherlock Smith and Adams JV, Orlando, Florida, is awarded a $7,412,091 firm-fixed-price task order (N62473-21-F-4010) under previously-awarded indefinite-delivery/indefinite-quantity contract N62470-19-D-5015 for architectural design and engineering services for an addition and alteration to the current ambulatory care center at Marine Corps Air Station (MCAS) Miramar. The work to be performed provides for design and engineering services for a 65,164-gross-square-feet (GSF) addition and a 41,819 GSF alteration to the current ambulatory care center, for a total building of 106,983 GSF, to incorporate the Marine-centered medical home concept for active duty personnel at MCAS Miramar. Supporting facilities include utilities, site improvements, facility special foundations, parking, signage, antiterrorism/force protection measures, demolition and environmental protection measures. Work will be performed in Orlando, Florida (85%); and Birmingham, Alabama (15%), and is expected to be completed by May 2022. Fiscal 2020 military construction planning and design (Defense Health Agency) funding in the amount of $7,412,091 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity. AIR FORCE L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a $44,651,345 cost-plus-fixed-fee delivery order for engineering, procurement and fabrication that will result in modification, installation and test of the aircraft mission system. Work will be performed in Greenville, Texas, and is expected to be completed April 30, 2023. This contract involves 100% Foreign Military Sales (FMS) and is the result of a sole-source acquisition. FMS 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 (FA8620-21-F-4866). Airfield Contracting, Columbus, Ohio, has been awarded a $9,242,034 firm-fixed-price contract for the repair of transient parking ramp projects. Work will be performed at Dobbins Air Reserve Base, Georgia, and is expected to be completed Jan. 18, 2022. This award is the result of a competitive acquisition and five offers were received. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The 94th Contracting Flight, Dobbins ARB, Georgia, is the contracting activity (FA6703-20-C-0006). (Awarded Sept. 28, 2020) Tapestry Solutions Inc., San Diego, has been awarded an $8,522,321 firm-fixed-price modification (P00003) to contract FA4452-20-C-0006 for Global Decision Support System application support services. This modification is for the exercise of Option Year One, which was already agreed upon at contract award. Work will be performed in Scott Air Force Base, Illinois, and is expected to be completed Sept. 30, 2021. Fiscal 2021 transportation working capital funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $40,142,421. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. InfoReliance LLC, Fairfax, Virginia, has been awarded an $8,183,001 modification (P0015) to contract FA4452-18-F-0003 for Global Air Transportation Execution System application and system support. The contract modification is to fund Option Year Three, which was agreed upon at contract award. Work will be performed in Fairfax, Virginia, and is expected to be completed Sept. 30, 2021. Fiscal 2021 transportation working capital funds in the full amount are being obligated at the time of award. Total cumulative face value of the contract is $51,118,522. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Oct. 2, 2020) Raytheon Co., El Segundo, California, has been awarded a $7,107,820 modification (P00018) to contract FA8523-16-F-0049 for miniaturized airborne Global Positioning System (GPS) Receiver 2K-M development. This contract modification implements a period of performance extension due to a program delay with the Military GPS User Equipment program. Work will be performed in El Segundo, California; and Huntsville, Alabama, and is expected by to completed Aug. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,500,000 are being obligated at the time of award. Total cumulative face value of the delivery order is $76,711,451. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (Awarded Sept. 25, 2020) DEFENSE LOGISTICS AGENCY UPDATE: Celina Tent,* Celina, Ohio (SPE1C1-21-D-1402), has been added as an awardee to the multiple award contract for commercial shelters, issued against solicitation SPE1C1-18-R-0003. (Awarded May 10, 2019) * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2373904/source/GovDelivery/

  • Contract Awards by US Department of Defense – October 05, 2020

    6 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 05, 2020

    ARMY Science Applications International Corp., Reston, Virginia (W9128Z-21-D-0001); General Dynamics Information Technology Inc., Fairfax, Virginia (W9128Z-21-D-0020); and NCI Information Systems Inc., Reston, Virginia (W9128Z-21-D-0003), will compete for each order of the $800,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for engineering related activities in support U.S. Army Information Systems Engineering Command. 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 Oct. 4, 2023. The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $11,949,962 modification (P00118) 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, 2022. Fiscal 2019 weapons and tracked combat vehicle procurement (Army) funds; and 2010 Foreign Military Sales (Morocco) funds in the amount of $11,949,962 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. SPACE DEVELOPMENT AGENCY L3Harris Technologies Inc., Melbourne, Florida, is awarded a $193,599,342 firm-fixed-price contract for the Space Development Agency Tracking Layer Tranche 0, Wide Field of View program. The proposal was received and evaluated under request for proposal HQ0850-20-R-0003. The work to be performed under this contract will include on-time delivery of space vehicles and optical wide field of view payloads. Work will be performed in various locations in the continental U.S. (99.2%); and Canada (0.8%). Fiscal 2020 research, development, test and evaluation funds (defense-wide) will be obligated at the time of award. The Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-C-0002). Space Exploration Technologies Corp., Hawthorne, California, is awarded a $149,175,246 firm-fixed-price contract for the Space Development Agency Tracking Layer Tranche 0, Wide Field of View program. The proposal was received and evaluated under request for proposal HQ0850-20-R-0003. The work to be performed under this contract will include on-time delivery of space vehicles and optical wide field of view payloads. Work will be performed in various locations in the continental U.S. Fiscal 2020 research, development, test and evaluation funds (defense-wide) will be obligated at the time of award. The Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-21-C-0001). NAVY Upcavage, Bauer and Crane Inc.,* Tampa, Florida, was awarded a $48,292,758 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the production, test and delivery of up to a maximum of 500 Steerable Antenna Systems (SAS) for electronic warfare/electronic attack pods AN/ALQ-167, AN/AST-9, AN/DLQ-9, and sub-scale targets BQM-34, BQM-74, BQM-167 and BQM-177 in support of U.S. weapon system testing supported by the Airborne Threat Simulation Organization. Additionally, this contract provides sustainment engineering to include teardown, evaluation and repair and modification services. Work will be performed in Tampa, Florida, and is expected to be completed in September 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0001). Systems Application and Technologies Inc.,* Oxnard, California, was awarded a $26,540,541 modification (P00035) to previously awarded cost-plus-fixed-fee, cost reimbursable contract N68936-18-C-0046. This modification exercises options to provide operational and intermediate level maintenance for both aerial and seaborne assets. This includes air and sea vehicles and vessels used for manned and unmanned training and test events. Aerial assets include subsonic and supersonic aerial targets. Seaborne assets include a combination of target and training support vessels. Work will be performed in Port Hueneme, California (57%); Point Mugu, California (35%); Ridgecrest, California (2%); Las Cruces, New Mexico (2%); Kauai, Hawaii (1%); Salt Lake City, Utah (1%); Lompoc, California (1%); and various locations outside the continental U.S. (1%), and is expected to be completed in September 2021. Working capital funds (Navy) funds in the amount of $14,155,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,078,333 cost-plus-fixed-fee modification to previously awarded contract N00024-11-C-2300 to exercise an option for post-delivery support for the Littoral Combat Ship USS Cooperstown (LCS 23). Work will be performed in Marinette, Wisconsin (57%); Hampton, Virginia (14%); Moorestown, New Jersey (11%); San Diego, California (11%); and Washington, D.C. (7%), and is expected to be completed by February 2022. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $8,200,000 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, D.C., is the contracting activity. Offshore Service Vessels LLC, Cut Off, Louisiana (N32205-19-C-3514), is awarded a $10,756,185 option under a previously awarded firm-fixed-price contract to fund the first one-year option period. The option will continue to provide for the U.S. flag Jones Act, West Coast based service support vessel Motor Vessel Alyssa Chouest which will be utilized to launch and recover Navy submersibles, divers and small craft. The previously awarded contract includes a 12-month firm period of performance, three 12-month option periods, and one 11-month option period, which, if exercised, would bring the cumulative value of this contract to $54,238,356. Work will be performed in Pearl Harbor, Hawaii, and at sea, and is expected to be completed, if all options are exercised, by Sept. 6, 2024. Working capital funds (Navy) in the amount of $10,756,185 will be obligated for fiscal 2021 and will expire at the end of fiscal 2021. The contract was competitively procured with proposals solicited via the Federal Business Opportunities website and six offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3514). TestVonics Inc.,* Peterborough, New Hampshire, is awarded a $10,139,475 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for air data calibrator systems to support the Naval Air Systems Command, Metrology and Calibration Program. The air data calibrator systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to control and measure altitude and airspeed pressure in automated test applications. Work will be performed in Peterborough, New Hampshire, and is expected to be completed by October 2025. Fiscal 2020 aircraft procurement (Navy) funding in the amount of $307,455 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 source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-21-D-0048). Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $9,485,744 not-to-exceed, fixed-price incentive modification to previously-awarded contract N00024-13-C-2307 for Engineering Change Proposal 51-2006, replacement of the distributed integrated power node centers with Mark C. Pope ADV 180 on Arleigh Burke Class guided missile destroyer DDG 121. This effort encompasses all of the manpower, support services, material, peripheral impacts and associated technical data and documentation required to prepare for and accomplish Engineer Change Proposal 51-2006. Work will be performed in Pascagoula, Mississippi, and is expected to be completed April 2022. Fiscal 2016 shipbuilding and conversion (Navy) funding is being in the amount of $3,962,729 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) (3). The Supervisor of Shipbuilding, Conversion and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado, was awarded an $8,247,534 firm-fixed-price task order modification (N69450-20-F-0078) under previously-awarded multiple-award construction contract N62470-19-D-8024 for Hurricane Sally recovery at Naval Air Station Pensacola, Florida. Work will be performed in Pensacola, Florida, and is expected to be completed by December 2020. This modification brings the total cumulative task order value to $14,247,534. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $7,998,716 (97%); and fiscal 2020 Defense Health Program funding in the amount of $248,818 (3%), was obligated at time of award and expired at the end of the fiscal 2020. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 30, 2020) Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded an $8,202,768 not-to-exceed, fixed-price incentive modification to previously-awarded contract N00024-13-C-2307 for Engineering Change Proposal 51-2006, replacement of the distributed integrated power node centers with Mark C. Pope ADV 180 on Arleigh Burke Class guided missile destroyer DDG 123. This effort encompasses all of the manpower, support services, material, peripheral impacts and associated technical data and documentation required to prepare for and accomplish Engineer Change Proposal 51-2006. Work will be performed in Pascagoula, Mississippi, and is expected to be completed April 2022. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $3,172,302 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) (3). The Supervisor of Shipbuilding, Conversion and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. U.S. TRANSPORTATION COMMAND Amerijet International Inc., Miami, Florida, has been awarded task order HTC711-21-F-W003 under contract HTC711-19-D-W005 in the estimated amount of $13,419,759. The contract provides international, commercial, door-to-door, cargo transportation services. Multiple or single modes (e.g. airlift, sealift, linehaul) of transportation may be used in any combination to move cargo globally. The task order period of performance is from Oct. 7, 2020, to Nov. 1, 2020. Fiscal 2021 transportation working capital funds were obligated at award. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Air Transport International Inc., Wilmington, Ohio, has been awarded task order HTC711-21-F-W002 under contract HTC711-19-D-W002 in the estimated amount of $10,805,358. The contract provides international, commercial, door to door, cargo transportation services. Multiple or single modes (e.g. airlift, sealift, linehaul) of transportation may be used in any combination to move cargo globally. The task order period of performance is from Oct. 9, 2020, to Dec. 2, 2020. Fiscal 2021 transportation working capital funds were obligated at award. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE Cherokee Insights LLC, Tulsa, Oklahoma, has been awarded a $10,012,035 firm-fixed-price contract for analytics evaluation supporting insight to readiness for the base and two options. The purpose of this contract is to provide analytic studies to assist senior leaders at the Air Force Medical Readiness Agency with strategic and operational decision making to ensure a medically-ready force. Work will be performed in Falls Church, Virginia, and is expected to be completed Oct. 4, 2023. Fiscal 2021 operations and maintenance funds in the amount $3,257,017 are being obligated at the time of award. The 773rd Enterprise Sourcing Squadron, Air Force Installation Contracting Center, Joint Base San Antonio, Texas, is the contracting activity (FA8052-21-C-0001). * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2372482/source/GovDelivery/

  • Contract Awards by US Department of Defense – October 02, 2020

    5 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 02, 2020

    NAVY Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, was awarded a $100,798,804 fixed-price-incentive-fee and firm-fixed-price contract for follow-on production of Surface Electronic Warfare Improvement Program Block 3 electronic attack systems and hardware design modifications required for aircraft carrier and amphibious assault ship installation. This contract includes options, which if exercised, would bring the cumulative value of this contract to $1,164,529,315. Work will be performed in Baltimore, Maryland (55%); Tampa, Florida (6%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (4%); Rochester, New York (3%); San Diego, California (3%); Los Angeles, California (2%); Winona, Minnesota (2%); Stafford Springs, Connecticut (2%); Glendale, Arizona (1%); Nashua, New Hampshire (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Chandler, Arizona (1%); Washington, North Carolina (1%); Woodridge, Illinois (1%); Richardson, Texas (1%); Minneapolis, Minnesota (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, Colorado (1%); Glendale, California (1%); and miscellaneous locations - each less than 1% (4%), and is expected to be completed by May 2023. If all options are exercised, work will continue through September 2026. Fiscal 2019 other procurement (Navy) (67%); and fiscal 2020 other procurement (Navy) (33%) funding in the amount of $100,798,804 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5519). (Awarded Sept. 30, 2020) EFW Inc., Fort Worth, Texas, is awarded a $35,801,006 five-year requirements type, firm-fixed-priced contract for repair of line-replaceable units in support of the V-22 aircraft. This is a five-year contract with no option periods. Work will be performed in Fort Worth, Texas (50%); and Talladega, Alabama (50%). Work is expected to be completed by October 2025. Annual working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. No funds will be obligated at the time of award. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-Y001). BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $17,290,912 firm-fixed-price contract for the production of two 57mm MK 110 Mod 0 gun mounts and associated hardware. Work will be performed in Karlskoga, Sweden (93%); and Louisville, Kentucky (7%), and is expected to be completed by May 2023. Fiscal 2018 weapons procurement (Navy); and fiscal 2020 weapons procurement (Navy) funding in the amount of $17,290,912 will be obligated at time of award and $249,448 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5300). (Awarded Sept. 30, 2020) Peraton Inc., Herndon, Virginia, is awarded a $13,891,979 cost-plus-fixed-fee, level of effort contract (N00030-21-C-0016) for program support services for the Navy's strategic weapons systems reentry subsystem. Work will be performed in Colorado Springs, Colorado (75%); Washington, D.C. (15%); Albuquerque, New Mexico (8%); Cape Canaveral, Florida (1%); and Omaha, Nebraska (1%). Work is expected to be completed by March 30, 2026. Contract will be awarded subject to the availability of funds. No funds will be obligated at the time of award. Once funding becomes available, contract will be funded as follows: fiscal 2021 research, development, test and evaluation funds in the amount of $7,214,639; and fiscal 2021 operations and maintenance (Navy) funds in the amount of $6,677,340, which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Beta.sam.gov (formally Federal Business Opportunities) website. Strategic Systems Programs, Washington, D.C., is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded an $8,934,292 cost-plus-fixed-fee and firm-fixed-price order under previously awarded blanket ordering agreement N00024-19-G-5306 for engineering services, open, inspect and repair services and spare and component parts in support of the MK 110 MOD 0 gun mount. This order includes options which, if exercised, would bring the cumulative value of this contract to $23,400,781. Work will be performed in Louisville, Kentucky (50%); and Karlskoga, Sweden (50%), and is expected to be completed by December 2022. Fiscal 2020 weapons procurement (Navy) (92%); and fiscal 2018 weapons procurement (Navy) (8%) funding in the amount of $6,128,002 will be obligated at time of award, of which $495,948 will expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5301). (Awarded Sept. 30, 2020) ARMY AstraZeneca, Gaithersburg, Maryland, was awarded a $60,000,000 firm-fixed-price contract to manufacture AZD7442, a combination antibody product intended to prevent or treat clinical effects of SARS-CoV-2, for a minimum of 100,000 treatment courses. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 30, 2021. Fiscal 2020 Army general funds in the amount of $30,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0119). (Awarded Sept. 30, 2020) CORRECTION: The contract announced on Sept. 28, 2020, for Tatum Excavating Co. Inc., Texarkana, Texas (W9126G-20-F-0768), for $10,000,000, was announced with an incorrect award date. The correct award date is Sept. 29, 2020. CORRECTION: The contract announced on Sept. 29, 2020, for University of South Dakota, Vermillion, South Dakota (W9128F-20-D-0059), for $12,800,000, was announced with an incorrect awardee. The correct awardee is South Dakota State University, Brookings, South Dakota. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $35,582,832 sole-source, hybrid (cost-plus-fixed-fee, firm-fixed-price) contract (HQ0851-21-C-0001) under Foreign Military Sales (FMS) Case JA-P-NCO to the government of Japan. Under this contract, Lockheed Martin will perform Aegis FMS Baseline J7.B development and SPY-7(V) 1 radar production, integration and test planning support. The work will be performed in Moorestown, New Jersey. The period of performance is from Oct. 2, 2020, through July 31, 2021. Funds from the government of Japan in the amount of $35,582,832 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0851-21-C-0001). AIR FORCE Wolverine Supply Inc., Wasilla, Alaska, has been awarded an $8,649,500 firm-fixed-price contract for repair of the Blackstart Generator. This contract provides for repair of the Blackstart Generator at the Eielson Air Force Base central heat and power plant. Work will be performed at Eielson AFB, Alaska, and is expected to be complete by Sept. 22, 2022. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The 354th Contracting Squadron, Eielson AFB, Alaska, is the contracting activity (FA500420C0015). (Awarded Sept. 30, 2020) * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2370617/source/GovDelivery/

  • Contract Awards by US Department of Defense – October 1, 2020

    2 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – October 1, 2020

    U.S. TRANSPORTATION COMMAND The Federal Express Team, Memphis, Tennessee, has been awarded a modification (P00005) on contract HTC7111-8-D-CC37 in the estimated amount of $1,630,630,000. Team members include American Airlines Inc., Fort Worth, Texas; Amerijet International Inc., Miami, Florida; Atlas Air Inc., Purchase, New York; Federal Express Corp., Memphis, Tennessee; Polar Air Cargo Worldwide Inc., Purchase, New York; Eastern Airlines LLC, Wayne, Pennsylvania; and Hawaiian Airlines Inc., Honolulu, Hawaii. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $3,261,260,000 from $1,630,630,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. The Patriot Team, Tulsa, Oklahoma, has been awarded a modification on contract HTC711-18-D-CC39 in the estimated amount of $1,447,524,000. Team members include ABX Air Inc., Wilmington, Ohio; Air Transport International Inc., Wilmington, Ohio; JetBlue Airways Corp., Long Island City, New York; Kalitta Air LLC, Ypsilanti, Michigan; Northern Air Cargo LLC, Anchorage, Alaska; Omni Air International LLC, Tulsa, Okla.; United Airlines Inc., Chicago, Illinois; United Parcel Service Co., Louisville, Kentucky; and Western Global Airlines LLC, Estero, Florida. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $2,895,048,000 from $1,447,524,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. National Air Cargo Group Inc., Orlando, Florida, has been awarded a modification (P00006) on contract HTC711-18-D-CC40 in the estimated amount of $110,406,000. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $220,812,000 from $110,406,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Sun Country Inc., doing business as Sun Country Airlines, Minneapolis, Minnesota, has been awarded an indefinite-delivery/indefinite-quantity, fixed-price with economic-price-adjustment contract HTC711-20-D-CC08 with an estimated amount of $59,112,000. This International Charter Airlift Services contract is in support of the Civil Reserve Air Fleet and provides international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Delta Air Lines Inc., Atlanta, Georgia, has been awarded a modification (P00005) on contract HTC711-18-D-CC41 in the estimated amount of $28,026,000. The modification provides continued international long-range and short-range charter airlift services for the Department of Defense. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2022. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $56,052,000 from $28,026,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Phoenix Air Group, Inc., Cartersville, Georgia, has been awarded a modification (P00004) to task order HTC711-19-F-1554 in the amount of $7,051,282. This modification provides continued chartered passenger airlift services to the Naval Air Warfare Center. Work will be performed in Point Mugu, San Nicolas Island, and China Lake, California. The option period of performance is from Oct. 1, 2020, to Sept. 30, 2021. Fiscal 2021 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the task order to $18,350,249 from $11,298,967. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY Ambyth Shipping Micronesia Inc., Saipan, Northern Mariana Islands (N68171-21-D-0001); American Roll-On Roll-Off Carrier Group Inc., Parsippany, New Jersey (N68171-21-D-0002); Bahrain Fujairah Marine Services, Manama, Bahrain (N68171-21-D-0003); Black Bull Group Inc., Miami, Florida (N68171-21-D-0004); Bahrain Maritime & Mercantile International BSC, Sitra, Kingdom of Bahrain (N68171-21-D-0005); Cox Logistics, Juffair, Kingdom of Bahrain (N68171-21-D-0016); Crane Worldwide, Houston, Texas (N68171-21-D-0007); Crowley Government Services Inc., Jacksonville, Florida (N68171-21-D-0008); DaeKee Global Co. Ltd., Pusan, South Korea (N68171-21-D-0009); Downie Jones Ship Stores, Bulimba, Queensland, Australia (N68171-21-D-0010); Downie Jones Ship Stores Ltd., Wan Chai, Hong Kong Island, Hong Kong (N68171-21-D-0011); EMS Shipping & Trading GmbH, Leer (Ostfriesland), Niedersachsen, Germany (N68171-21-D-0012); Global Defense Logistics SRL, Constanta, Romania (N68171-21-D-0013); Global Maritime Logistics Support Inc., Olongapo City, Philippines (N68171-21-D-0014); Global Support Inc., Yokohama, Kanagawa, Japan (N68171-21-D-0015); Inchcape Shipping Services Dubai LLC, Dubai, United Arab Emirates (N68171-21-D-0017); Kentucky Defense Services LLC, Covington, Kentucky (N68171-21-D-0018); Multinational Logistic Services Ltd., Gziza, Malta (N68171-21-D-0020); Multinational Logistic Services USA, Longmeadow, Massachusetts (N68171-21-D-0021); National Alliance Management LLC, Las Vegas, Nevada (N68171-21-D-0022); OPS Corp., Pusan, South Korea (N68171-21-D-0023); Parsh Marine (S) Pte. Ltd., Singapore (N68171-21-D-0024); Qube Ports Pty. Ltd., Sydney, New South Wales, Australia (N68171-21-D-0025); Rio Logistics (S) Pte. Ltd., Singapore, Singapore (N68171-21-D-0026); Royal Cargo Inc., Paranaque City, Metro Manila, Philippines (N68171-21-D-0027); Shipping Consultants Associated Ltd., Chatham, Kent, United Kingdom (N68171-21-D-0028); Seabulk Towing Inc. (doing business as Seabulk Logistics Services), Fort Lauderdale, Florida (N68171-21-D-0029); Seaway Filipinas Logistics Inc., Zambales, Zambales, Philippines (N68171-21-D-0031); Stirling Advanced Logistical Services, Amman, Jordan (N68171-21-D-0032); Toll Remote Logistics Pty. Ltd., Melbourne, Victoria, Australia (N68171-21-D-0033); Tsui Wah Ferry Services Co. Ltd., Yau Ma Tei, Kowloon, Hong Kong (N68171-21-D-0034); and Waypoint LLC, Brookings, South Dakota (N68171-21-D-0035), are awarded an estimated $1,061,000,000 multiple award of firm-fixed price, indefinite-delivery/indefinite-quantity contracts to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies, and other nations to include Navy Ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, North Atlantic Treaty Organization (NATO), and other foreign vessels participating in U.S. military or NATO exercises and missions. The contracts will run concurrently and will include a five-year base ordering period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The ordering period of the contract is expected to be completed by October 2025; if all options are exercised, the ordering period will be completed by October 2030. Work will be performed in thirty geographic regions: United Arab Emirates (14%); Philippines (10%); Djibouti (7%); Eastern U.S. and U.S. territories (6%); Southeastern Asia 2 (5%); Indian Ocean (5%); South Korea (5%); South America (5%); Singapore (4%); Western California (4%); Southeastern Asia 1 (3%); Bahrain (3%); Oman (3%); Oceania (2%); China and Russia (2%); United Kingdom/Western Europe (North Sea) (2%); Italy (2%); Eastern Europe/Black Sea (2%); Western Europe (Mediterranean) (2%); Northern Atlantic (2%); Panama (2%); North America (2%); Japan (1%); Greece (1%); Africa (1%); Middle East (1%); Central America (1%); Caribbean and Bermuda (1%); Eastern U.S. territories (1%); and Western U.S. territories (1%). Due to the fact that the specific requirements for husbanding support cannot be predicted at this time, more specific information about where the work will be performed cannot be currently provided. Fiscal 2021 operations and maintenance (Navy) funds in the amount of $96,000 will be obligated ($3,000 on each of the 32 contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on beta.SAM.gov, Navy Electronic Commerce Online (NECO) and Euro NECO with 36 offers received. The Naval Supply Systems Command Fleet Logistics Center, Sigonella, Naples Detachment, Italy, is the contracting activity. BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $94,022,896 cost-plus-fixed-fee, cost-reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for airborne capabilities integration, including but not limited to sensors, communications systems, weapons systems and control technologies for a variety of manned and unmanned airborne platforms in support of the Airborne Systems Integration Division. Work will be performed in Saint Inigoes, Maryland (39%); Lexington Park, Maryland (29%); Patuxent River, Maryland (17%); Hollywood, Maryland (8%); Yuma, Arizona (4%); and California, Maryland (3%), and is expected to be completed in October 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; four offers were received. The Naval Air Warfare Command Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-21-D-0001). Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded an $85,377,546 cost-plus-fixed-fee contract for the acquisition of technical services, program support, assessments, special studies and systems engineering for the Trident II Submarine Launched Ballistic Missile Strategic Weapons system. Work will be performed in Alexandria, Virginia (86%); and Strategic Systems Programs Headquarters, Washington, Navy Yard, Washington, D.C. (14%), with an expected completion date of Sept. 30, 2025. Subject to availability of funding, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $5,168,031 will be obligated on base award. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-21-C-6019). The Lockheed Martin Corp., Rotary and Mission Systems, Mitchell Field, New York, is awarded a $68,603,033 cost plus incentive fee and cost plus fixed fee contract modification (P00005) to previously awarded and announced contract N00030-20-C-0045 for the U.S. and United Kingdom to provide Strategic Weapon System Trident fleet support, Trident II SSP Shipboard Integration (SSI) Increment 8, SSI Increment 16, Columbia class and U.K. Dreadnought class navigation subsystem development efforts. Work will be performed in Mitchel Field, New York (47%); Huntington Beach, California (36%); Clearwater, Florida (9%); Cambridge, Massachusetts (6%); and Hingham, Massachusetts (2%), with an expected completion date of Nov. 30, 2022. Subject to the availability of funding, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $42,869,626; fiscal 2021 research, development, test and evaluation (Navy) contract funds in the amount of $4,247,698; and United Kingdom funds in the amount of $21,485,709, will be obligated at time of award. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded a $59,097,371 cost-plus-incentive-fee, and cost plus fixed-fee level of effort contract (N00030-21-C-6002) to provide the U.S. and United Kingdom Trident II (D5) maintenance, rebuilding and technical services in support of the Navigation subsystem. Work will be performed at Huntington Beach, California (63%); and Heath, Ohio (13%), along with field engineering conducted at Puget Sound, Washington (4%); Heath, Ohio (4%); Mitchell Field, New York (4%); Norfolk, Virginia (4%); Kings Bay, Georgia (4%); Port Canaveral, Florida (2%), and Faslane, Scotland (2%). Work is expected to be completed Sept. 30, 2022 (inclusive of all option periods). United Kingdom funds in the amount of $893,383 are being obligated on this award. Subject to the availability of funds, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $27,877,125 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Only one responsible source and no other supplies or services will satisfy agency requirements. Strategic Systems Programs, Washington, D.C., is the contracting activity. Northrop Grumman Systems Corp.- Marine Systems (NGSC-MS), Sunnyvale, California, is awarded a $29,541,061 cost-plus incentive-fee contract (N00030-21-C-1010) for fiscal 2021 ongoing support of the Trident II (D-5) deployed SSBN and the SSGN Underwater Launcher Systems (ULS), NGSC-MS will provide technical engineering support and integration for D5, and SSGN Attack Weapon System (AWS). This support provides field services at sites and shipyards. Work will be performed in Sunnyvale, California (52%); Bangor, Washington (18%); Kings Bay, Georgia (14%); Rocket Center West Virginia (7%); Cape Canaveral, Florida (4%); St. Charles, Missouri (3%); and Camarillo, California (2%). The base year performance period is Oct. 1, 2020, to Sept. 30, 2021. Subject to availability of funds, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $29,541,061 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract includes firm-fixed-price, cost-plus-incentive-fee and cost-plus-fixed-fee option contract line items. The contract was not competitively procured. Strategic Systems Programs, Washington, D.C., is the contracting activity. General Dynamics Ordnance and Tactical Systems, Bothell, Washington, was awarded a not-to-exceed $24,072,455 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of gas generators for use in the suppression system onboard the V-22 aircraft to provide explosion/fire suppression capabilities. The contract will include a three-year base ordering period with no options. Work will be performed in Moses Lake, Washington, and is expected to be completed by September 2023. This effort combines purchases with procurement and ammunition (Navy and Marine Corps) funds (82.9%); ammunition (Air Force) funds (14.7%); and Foreign Military Sales (FMS) funding (Japan) (2.4%) under the FMS program. Funds in the amount of $7,802,197 will be issued for delivery order N00104-20-F-B501 that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-D-B501). (Awarded Sept. 29, 2020) Science Applications International Corp., Reston, Virginia, was awarded a $22,614,979 combination cost-plus-fixed-fee, cost reimbursable, and firm-fixed-price type contract. The contract is for the First Article testing and production of the All Up Round MK 28 MOD 2 Exercise and MK 29 MOD 0 Warshot fuel tank assemblies for the MK 48 heavyweight torpedo, engineering services with associated other direct costs and contract data requirements list in support of the Naval Undersea Warfare Center Keyport Undersea Warfare Systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $142,265,948. Work will be performed in Bedford, Indiana (90%); and Middleton, Rhode Island (10%), and is expected to be completed by March 2022. Fiscal 2020 Foreign Military Sales/Armament Cooperative Program funds in the amount of $19,639,611 (87%); fiscal 2017 Navy Replace in Kind funds in the amount of $2,354,790 (10%); and fiscal 2020 Navy Replace in Kind funds in the amount of $620,578 (3%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center Division, Keyport, Keyport, Washington, is the contracting activity (N00253-20-C-0010). (Awarded Sept. 30, 2020) FLIR Surveillance Inc., Wilsonville, Oregon, is awarded a $14,565,377 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for BRITE Star Block II systems, repair actions, data, provision item order, training and engineering services. Work will be performed in Wilsonville, Oregon, and is expected to be completed by September 2025. This contract includes purchases for the Czech Republic under the Foreign Military Sales (FMS) program. FMS Czech Republic funding in the amount of $8,179,077 will be obligated at time of award and will not expire at the end of 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, Crane, Indiana, is the contracting activity (N00164-20-D-JQ51). AIR FORCE The Boeing Co., El Segundo, California, has been awarded a $298,369,312 firm-fixed-price contract for the Evolved Strategic Satellite Communications program. This contract provides a prototype payload to develop hardware and software. Work will be performed in El Segundo, California, and is expected to be complete by May 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research and development funds in the amount of $29,447,172 are being obligated at the time of award. The U.S. Space Force, Space and Missile Systems Center, Development Corps, Los Angeles Air Force Base, California, is the contracting activity (FA8808-20-C-0047). (Awarded Sept. 30, 2020) DynCorp International LLC, Fort Worth, Texas, has been awarded a $70,743,464 modification (P00042) to previously awarded contract FA4890-17-C-0005 for Air Force Central Command War Reserve Materiel (WRM). This modification provides for the exercise of Option Year Four for WRM services being provided under the basic contract. Work will be performed at Shaw Air Force Base, South Carolina; Kuwait; Oman; Qatar; and the United Arab Emirates, and is expected to be complete by September 2021. This modification brings the total cumulative face value of the contract to $326,492,114. Fiscal 2021 operations and maintenance funds in the amount of $69,799,021 are being obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity. Gryphon Technologies L.C., Washington, D.C., has been awarded a $49,149,327 hybrid firm-fixed-price, cost-plus-fixed-fee with a cost reimbursable line item, indefinite-delivery/indefinite-quantity contract for the processing, analysis and quantitative evaluation of environmental samples and other associated services in support of the Air Force Technical Applications Center's (AFTAC) mission. This contract also analyzes calibration samples and conducts studies on analytical techniques, instrumentation and data handling advancements. Work will be performed in Sunol, California, and is expected to be completed Sept. 30, 2028. This award is the result of a sole-source acquisition. Fiscal 2021 operations and maintenance funds in the amount of $4,119,773 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-21-D-0001). Dark Wolf Solutions LLC, Chantilly, Virginia, has been awarded a $9,087,314 firm-fixed-price task order for cyber innovation services. This contract provides for software penetration testing and adversarial assessment. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed April 11, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $539,203 are being obligated at the time of award. The Air Force District of Washington, Joint Base Andrews – Naval Air Facility, Maryland, is the contracting activity (FA7014-21-F-0012). The Boeing Co., El Segundo, California, has been awarded a $7,176,568 cost-plus-fixed-fee modification (P00121) to previously awarded Wideband Global Satellite Communication (SATCOM) (WGS) Block II follow-on contract FA8808-10-C-0001. This contract modification provides for the acquisition of engineering support for a hosted payload accommodation effort. Work will be performed in El Segundo, California, and is expected to be completed December 2021. This modification brings the total cumulative face value of the contract to $2,514,827,988. Fiscal 2020 research, development, test and evaluation funds in the amount of $4,916,699 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. DEFENSE LOGISTICS AGENCY UPDATE: Federal-Fabrics-Fibers Inc.,* Lowell, Massachusetts (SPE1C1-21-D-1400), has been added as an awardee to the multiple award contract for commercial shelters issued against solicitation SPE1C1-18-R-0003 and awarded May 10, 2019. * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2369073/source/GovDelivery/

  • Contract Awards by US Department of Defense – September 30, 2020

    1 octobre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 30, 2020

    ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $1,219,170,958 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract to produce, test and deliver Interim Maneuver Short-Range Air Defense (IM-SHORAD) systems. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0039). General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $131,596,627 modification (P00011) to contract W58RGZ-19-C-0022 for Gray Eagle aircraft, satellite communications air data terminals, program management and government-furnished equipment maintenance and repair. Work will be performed in Poway, California, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 aircraft procurement, Army funds in the amount of $131,596,627 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded Sept. 29, 2020) BAE Systems, York, Pennsylvania, was awarded a $127,588,892 modification (P00026) to contract W56HZV-17-C-0242 for the sole source procurement of M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of July 31, 2023. Fiscal 2020 other procurement, Army funds in the amount of $127,588,892 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Radiance Technologies Inc.,* Huntsville, Alabama, was awarded a $120,784,794 cost-plus-fixed-fee contract for engineering and technical assistance support to the U.S. Army Rapid Capabilities and Critical Technologies Office. Bids was solicited via the internet with six received. Work will be performed at Redstone Arsenal, Alabama; Fort Belvoir, Virginia; and Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 29, 2023. Fiscal 2019 and 2020 research, development, test and evaluation, Army funds in the amount of $2,794,694 were obligated at the time of the award. U.S. Army Rapid Capabilities and Critical Technologies Office, Redstone Arsenal, Alabama, is the contracting activity (W50RAJ-20-F-0014). Utah State University Space Dynamics Laboratory, North Logan, Utah, was awarded a $64,907,822 cost-plus-fixed-fee contract for engineering, science and technology, analysis, test and fundamental technology research for systems, operations, hardware and software. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-20-D-0060). A&K Construction Inc., Paducah, Kentucky, was awarded a $56,070,000 firm-fixed-price contract for construction of a middle school at Fort Campbell. Bids were solicited via the internet with eight received. Work will be performed at Fort Campbell, Tennessee, with an estimated completion date of May 18, 2023. Fiscal 2019 military construction, defense-wide funds in the amount of $56,070,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0054). Purcell Construction Corp., Richmond, Virginia, was awarded a $47,269,234 firm-fixed-price contract for construction of Advanced Individual Training barracks at Fort Eustis. Bids were solicited via the internet with seven received. Work will be performed in Newport News, Virginia, with an estimated completion date of Oct. 10, 2022. Fiscal 2016 and 2020 military construction, Army funds in the amount of $47,269,234 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-2027). Caterpillar Inc. Government and Defense Products, Peoria, Illinois, was awarded a $40,607,049 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract to return 243 government-owned Caterpillar construction and material-handling vehicles to a like-new condition status. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2022. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0424). Korte Construction Co., St. Louis, Missouri, was awarded a $36,685,652 firm-fixed-price contract for design and construction of a combined intelligence, surveillance and reconnaissance group and squadron operations facility. Bids were solicited via the internet with two received. Work will be performed in Las Vegas, Nevada, with an estimated completion date of Dec. 8, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $36,685,652 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-20-C-0021). The Boeing Co., Ridley Park, Pennsylvania, was awarded a $32,427,632 firm-fixed-price contract for logistics support for H-47 forward and aft blades and associated containers. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2021. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0625). Nan Inc., Honolulu, Hawaii, was awarded a $30,867,340 firm-fixed-price contract to repair Building 502 on Fort Shafter. Bids were solicited via the internet with one received. Work will be performed at Fort Shafter, Hawaii, with an estimated completion date of April 28, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $30,867,340 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-20-C-0007). Lockheed Martin, Grand Prairie, Texas, was awarded a $26,960,639 modification (PZ0058) to contract W31P4Q-16-C-0036 for the procurement of last time buy production components for High Mobility Artillery Rocket Systems launchers. Work will be performed in Grand Prairie, Texas; Camden, Arkansas; and Palm Bay, Florida, with an estimated completion date of March 31, 2023. Fiscal 2019 missile procurement, Army funds; and fiscal 2019 and 2020 U.S. Marine Corps funds in the amount of $26,960,639 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. StructSure Projects Inc., Kansas City, Missouri, was awarded a $26,388,053 firm-fixed-price contract for renovation work at the Military Correction Complex at Fort Leavenworth. Bids were solicited via the internet with eight received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 civil construction funds in the amount of $26,388,053 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4021). General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $25,917,217 cost-plus-fixed-fee contract to procure engineering and technical support services to execute a pilot program Tactical Network-Transport on the Move systems and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Sept. 29, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-20-F-0286). SOC LLC, Hawthorne, Nevada, was awarded a $24,000,000 modification (P00012) to contract W52P1J-11-D-0002 W52P1J-20-F-0130 for operation and maintenance of the Hawthorne Army Depot, Nevada. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2021. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Hensel Phelps Construction Inc., was awarded a $22,455,000 firm-fixed-price contract to repair Building 503A on Fort Shafter. Bids were solicited via the internet with three received. Work will be performed at Fort Shafter, Hawaii, with an estimated completion date of Dec. 30, 2022. Fiscal 2020 operation and maintenance, Army funds in the amount of $22,455,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-20-C-0008). SES Construction and Fuel Services LLC,* Oak Ridge, Tennessee, was awarded a $21,684,441 firm-fixed-price contract for two-phase design, construction and repair of Hangar Building 290 at Tyndall Air Force Base. Bids were solicited via the internet with 12 received. Work will be performed at Tyndall AFB, Florida, with an estimated completion date of Nov. 27, 2021. Fiscal 2020 operations and maintenance, Air Force funds in the amount of $21,684,441 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0038). Patriot Construction, Dunkirk, Maryland, was awarded a $20,641,702 firm-fixed-price contract for HVAC repairs at Fort Leavenworth. Bids were solicited via the internet with three received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of Sept. 29, 2025. Fiscal 2020 operation and maintenance, Army funds in the amount of $20,641,702 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4024). Hensel Phelps Construction Co., Orlando, Florida, was awarded a $19,249,000 firm-fixed-price contract for construction of facilities for development of nano energetic/explosive technologies and the development, integration, rapid prototyping and fielding of advance munitions. Bids were solicited via the internet with three received. Work will be performed at Eglin Air Force Base, Florida, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 military construction, Air Force funds in the amount of $19,249,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0034). Greenup Industries LLC,* Kenner, Louisiana, was awarded a $17,915,131 firm-fixed-price contract for excavation and reconstructing an asphalt pavement ramp and other incidental projects. Bids were solicited via the internet with six received. Work will be performed in LaPlace, Louisiana, with an estimated completion date of Oct. 7, 2022. Fiscal 2020 civil construction funds in the amount of $17,915,131 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0077). Walga Ross Group 3 JV,* Joplin, Missouri, was awarded a $15,120,882 firm-fixed-price contract for design and construction renovations for Buildings 2824 and 2850 at Fort Polk. Bids were solicited via the internet with five received. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of Sept. 24, 2022. Fiscal 2020 operations and maintenance, Army funds in the amount of $15,120,882 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0055). SOL Engineering Services LLC,* Jackson, Mississippi, was awarded a $15,000,000 firm-fixed-price contract for research, development, test and evaluation and civil activities. 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. 30, 2025. U.S. Army Corps of Engineers' Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0006). V Line Services LLC,* Kingston, Georgia, was awarded a $14,564,000 firm-fixed-price contract to renovate Building 888 at Rickenbacker Air National Guard Base. Bids were solicited via the internet with six received. Work will be performed in Columbus, Ohio, with an estimated completion date of April 14, 2022. Fiscal 2020 Air Guard sustainment, restoration and modernization funds in the amount of $14,564,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Ohio, is the contracting activity (W50S8P-20-C-0010). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $13,400,000 firm-fixed-price contract for maintenance and overhaul of helicopter mechanical transmissions. Bids were solicited via the internet with one received. Work will be performed in Shelton, Connecticut, with an estimated completion date of Aug. 31, 2024. Fiscal 2020 Army working capital funds in the amount of $13,400,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-C-0046). Lockheed Martin MFC, Grand Prairie, Texas, was awarded a $13,203,134 modification (P00019) to contract W31P4Q-19-C-0101 for last time buy of production parts for High Mobility Artillery Rocket System launchers. Work will be performed in Grand Prairie, Texas; Camden, Arkansas; and Palm Bay, Florida, with an estimated completion date of Feb. 26, 2024. Fiscal 2018 and 2020 missile procurement, Army funding; fiscal 2020 U.S. Marine Corps funding; and 2020 Foreign Military Sales (Finland, Jordan, Romania, Singapore, United Arab Emirates) funds in the amount of $13,203,134 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. SGS LLC,* Yukon, Ohio, was awarded a $12,499,983 firm-fixed-price contract to renovate tactical equipment maintenance facilities at Fort Polk. Bids were solicited via the internet with three received. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of May 23, 2022. Fiscal 2020 operation and maintenance, Army funds in the amount of $12,499,983 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0593). Speegle Construction Inc.,* Niceville, Florida, was awarded an $11,836,700 firm-fixed-price contract for construction of a 36,800 square-foot high bay facility. Bids were solicited via the internet with eight received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Sept. 29, 2022. Fiscal 2024 military construction, defense-wide funds in the amount of $11,836,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0026). SES Construction and Fuel Services LLC,* Oak Ridge, Tennessee, was awarded a $10,767,743 firm-fixed-price contract to repair Building 9310 at Tyndall Air Force Base. Bids were solicited via the internet with 15 received. Work will be performed in Panama City, Florida, with an estimated completion date of May 30, 2022. Fiscal 2020 operation and maintenance, Air Force funds in the amount of $10,767,743 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0036). GXM Consulting LLC,* Ashburn, Virginia, was awarded a $10,000,000 firm-fixed-price contract to support the Army Research Laboratory's Sensors and Electron Devices Directorate. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-20-F-0050). Shiers Communication Specialist Inc.,* Vicksburg, Mississippi, was awarded a $9,950,000 firm-fixed-price contract for labor services, equipment and materials for the voice, video and data communications networks at the U.S. Corps of Engineers Engineer Research and Development Center locations. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2025. U.S. Army Corps of Engineers' Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-20-D-0007). Milicon Inc.,* Sunrise, Florida, was awarded a $9,727,848 firm-fixed-price contract for roof renovation of Building 54 at the Defense Logistics Agency. Bids were solicited via the internet with five received. Work will be performed in Richmond, Virginia, with an estimated completion date of April 4, 2022. Fiscal 2020 military construction, Army funds in the amount of $9,727,848 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-2004). Modern American Recycling & Repair Services of Alabama LLC,* Mobile, Alabama, was awarded a $9,562,791 firm-fixed-price contract to keep the Wheeler Dredge Vessel in good working condition to meet inspection requirement from U.S. Coast Guard regulations. Bids were solicited via the internet with two received. Work will be performed in Mobile, Alabama, with an estimated completion date of Dec. 30, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $9,562,791 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0078). Maverick Constructors LLC,* Lutz, Florida, was awarded a $9,109,257 firm-fixed-price contract for expansion of Quantico National Cemetery. Bids were solicited via the internet with four received. Work will be performed in Triangle, Virginia, with an estimated completion date of April 11, 2022. Fiscal 2017 Veterans Administration minor construction funds in the amount of $9,109,257 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-20-C-5024). Kemron Environmental Services Inc.,* Atlanta, Georgia, was awarded a $9,000,000 firm-fixed-price contract to support technical activities of the U.S. Army Corps of Engineers Sacramento District. 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, 2025. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-D-0003). Diversified Construction of Oklahoma Inc., Edmond, Oklahoma, was awarded an $8,880,370 firm-fixed-price contract for design and construction of multiple roadway segments and parking lots for ground support equipment and personally owned vehicles at Tinker Air Force Base. Bids were solicited via the internet with two received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of May 17, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $8,880,370 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-F-0165). EA Engineering, Science and Technology Inc. PBC,* Hunt Valley, Maryland, was awarded an $8,252,999 firm-fixed-price contract for environmental remediation services Air Force installations. Bids were solicited via the internet with four received. Work will be performed at Altus Air Force Base, Oklahoma; Tulsa, Oklahoma; Tinker AFB, Oklahoma; Enid, Oklahoma; and Little Rock AFB, Arkansas, with an estimated completion date of Sept. 29, 2030. Fiscal 2020 environmental restoration, defense funds in the amount of $8,252,999 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-20-C-0016). McCormick Industrial Abatement Services Inc.,* Little Rock, Arkansas, was awarded an $8,060,430 firm-fixed-price contract to paint the tainter gates at Wilber D. Mills Lock and Dam. Bids were solicited via the internet with four received. Work will be performed in Tichnor, Arkansas, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 civil operations and maintenance funds in the amount of $8,060,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-20-C-0008). Vellutini, doing business as Royal Electric, Sacramento, California, was awarded a $7,580,580 firm-fixed-price contract to repair an airfield lighting system at Grissom Air Reserve Base. Bids were solicited via the internet with four received. Work will be performed at Grissom Air Reserve Base, Indiana, with an estimated completion date of Dec. 20, 2021. Fiscal 2020 operations and maintenance, defense-wide funds in the amount of $7,580,580 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0062). General Constructors Inc. of the Quad Cities,* Betendorf, Iowa, was awarded a $7,427,764 modification (P00005) to contract W912EK-18-C-0036 to demolish an existing guidewall and construct a new one. Work will be performed in Pleasant Valley, Iowa, with an estimated completion date of Nov. 26, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,427,764 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity. NAVY Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,120,460,003 cost-plus-fixed fee modification to previously awarded contract N00024-18-C-2130 to exercise the fiscal 2021 option for naval nuclear propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (48%); Schenectady, New York (42%); and Idaho Falls, Idaho (10%), and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $5,996,652 will be obligated at time of award and will not expire at the end of the current fiscal year in accordance with Federal Acquisition Regulations 2410(a). This contract modification was not competitively procured. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Lockheed Martin Space, Titusville, Florida, is awarded a $498,444,190 fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (PZ0001) to previously awarded and announced unpriced letter contract N00030-20-C-0100 for Trident II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (25.9%); Kings Bay, Georgia (20.6%); Bangor, Washington (19.3%); Sunnyvale, California (11.8%); Denver, Colorado (9.8%); Titusville, Florida (5.4%); Magna, Utah (1.6%); Bethesda, Maryland (1.2%); and other various locations (less than 1.0% each, 4.4% total). Work is expected to be completed Sept. 30, 2026. The maximum dollar value of the modification, including the base and all option items, if exercised, is $1,219,882,483. Fiscal 2020 weapons procurement (Navy) funds in the amount of $45,081,348; fiscal 2019 weapons procurement (Navy) funds in the amount of $11,273,190; and United Kingdom funds in the amount of $4,403,914 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, D.C., is the contracting activity. Northrop Grumman Systems Corp., Charlottesville, Virginia, was awarded a $210,104,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, and cost type contract for the production of the AN/WSN-7 Ring Laser Gyroscope navigation system, provisioned items and associated technical support, for use on Navy ships and submarines. Work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2022. Fiscal 2020 shipbuilding and conversion (Navy) (66%); and fiscal 2020 research, development, test and evaluation (Navy) (34%) funding in the amount of $19,737,867 will be obligated on the first task order at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-D-5230). (Awarded Sept. 25, 2020) Alliant Techsystems Operations LLC, Northridge, California, is awarded a $122,306,544 modification (P00013) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0050. This modification provides flight test support in support of the Advanced Anti-Radiation Guided Missile-Extended Range missile for the Navy and test assets for the Air Force. Work will be performed in Northridge, California (98%); and Ridgecrest, California (2%), and is expected to be completed in December 2023. Fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $12,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rogers, Lovelock & Fritz Inc., Orlando, Florida, is awarded a maximum amount of $100,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline projects at various activities in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed includes, but is not limited to, providing architectural design and engineering services for preparation of design-build requests for proposals and design-bid-build construction documents for various project types within the NAVFAC Northwest AOR. No task orders are being issued at this time. Work will be performed at various government installations within the NAVFAC Northwest AOR including, but not limited to Washington (75%); Alaska (22%); Idaho (1%); Montana (1%); and Oregon (1%). The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 military construction (MILCON) (Navy) contract funds in the amount of $1,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-20-D-0002). Chenega Management LLC,* Anchorage, Alaska (N39430-20-D-2261); Red Peak Technical Services LLC,* Anchorage, Alaska (N39430-20-D-2262); Silver Mountain Weston SB JV, LLC,* Idaho Falls, Idaho (N39430-20-D-2263); and Trofholz Technologies Inc.,* Rocklin, California (N39430-20-D-2264), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract for a maximum dollar value of $99,000,000 for all four contracts combined. The work to be performed provides for design, procurement, integration, installation, technology refreshment, testing, initial training, repair and replacement for PS/AC systems to include hardware, firmware and associated software. The types of PS/AC systems covered in this contract include automated vehicle gates, automated pedestrian turnstiles, enclaves, final denial barriers, electronic security systems-intrusion detection systems and physical security information management systems. Trofholz Technologies Inc., is being awarded the initial seed task order in the amount of $388,228 for the replacement of active vehicle barriers and associated construction at Naval Support Activity Orlando, Florida. Work for this task order will be performed in Orlando, Florida, and is expected to be completed by April 2021. Work on this contract will be performed at various locations worldwide depending upon needs of the Navy. Based on historical data, work will be distributed to California (18%); Virginia (16%); Washington (15%); Hawaii (11%); Illinois (11%); Florida (7%), Mississippi (7%); Texas (5%); Connecticut (3%); Georgia (3%); Nevada (2%); and Tennessee (2%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2025. Fiscal 2020 other procurement (Navy) (OPN); and fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $418,228 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by OPN and O&M,N funds. This contract was competitively procured via the Federal Business Opportunities website with 16 proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (M95494-20-D-4001); Calibre Systems Inc., Alexandria, Virginia (M95494-20-D-4002); Corps Solutions LLC, Stafford, Virginia (M95494-20-D-4003); Northrop Grumman Systems Corp., McLean, Virginia (M95494-20-D-4004); and Whitney, Bradley & Brown Inc., Reston, Virginia (M95494-20-D-4005), are awarded a combined $97,713,798 hybrid firm-fixed-price and cost only indefinite-delivery/indefinite-quantity, multiple award contract to provide professional support services to the Marine Corps, Pacific, I Marine Expeditionary Force (MEF) and III MEF. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in Camp H.M. Smith, Hawaii; Camp Pendleton, California; Okinawa, Japan; and Blount Island Command, Florida. Work is expected to be completed September 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $25,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the Federal Business Opportunities website, with seven offers received. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $79,002,316 for an indefinite-delivery, performance-based logistics requirements contract for repair, replacement and program support covering 10 components, including the tail gearbox assembly, nose gearbox assembly, damper and swashplate in support of the CH-53 and MH-53 aircraft. This contract includes a 27-month base period with no options. Work will be performed in Stratford, Connecticut (77%); and Cherry Point, North Carolina (23%). Work is expected to be completed by December 2022. Working capital funds (Navy) in the amount of $35,112,140 will be obligated for delivery order N00383-21-F-0U00 that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-U001). Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Virginia, is awarded a $53,231,976 cost-plus-fixed-fee option exercise modification to previously awarded contract N00024-20-C-2109 for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, planning yard for operational nuclear strategic and attack submarines. This contract combines purchases for the Navy (98%); and the government of Great Britain (2%), under the Foreign Military Sales (FMS) program. Work will be performed in Newport News, Virginia (90%); Kings Bay, Georgia (3%); Bremerton, Washington (2%); Pearl Harbor, Hawaii (2%); Kittery, Maine (2%); and Groton, Connecticut (1%), and is expected to be completed by September 2022. If all options are exercised, work will be completed by September 2024. Fiscal 2020 other procurement (Navy; 54%); research, development, test, and evaluation (Navy; 44%); and FMS Great Britain (2%) funding in the amount of $839,295 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). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2109). Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $48,580,244 cost-plus-fixed-fee, firm-fixed-priced order (N61340-20-F-7002) against previously issued basic ordering agreement N00019-17-G-0002. This order procures software and hardware upgrades for 24 V-22 flight training devices necessary to integrate V-22 aircraft Tactical Software Suite version 8.1 and 8.2 into 23 MV-22 training devices for the Marine Corps and one CV-22 training device for the Air Force. Work will be performed in Chantilly, Virginia (26%); Broken Arrow, Oklahoma (21%); Fort Worth, Texas (20%); St. Louis, Missouri (9%); Philadelphia, Pennsylvania (9%); Fort Walton Beach, Florida (8%); Orlando, Florida (4%); and Clifton, New Jersey (3%), and is expected to be completed in August 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $42,601,350; and fiscal 2020 aircraft procurement (Air Force) funds in the amount of $5,978,894 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training System Division, Orlando, Florida, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N66604-20-D-K001); Huntington Ingalls Industries Fleet Support Group LLC, Virginia Beach, Virginia (N66604-20-D-K002); Northrop Grumman Systems Corp., Mission Systems, Annapolis, Maryland (N66604-20-D-K003); Oasis Systems LLC, Rockville, Maryland (N66604-20-D-K004); Oceaneering International Inc., Hanover, Maryland (N66604-20-D-K005); Science Applications International Corp., Reston, Virginia (N66604-20-D-K006); and Serco Inc., Herndon, Virginia (N66604-20-D-K007), are awarded a maximum dollar value combined $46,867,283 cost-plus-fixed-fee and firm-fixed-price indefinite delivery/indefinite quantity contract. The work to be performed is to design, develop, fabricate, test, install, analyze, document and deliver rapid prototype solutions associated with payload launch/retrieval systems; payload stowage/handling equipment and payload integration systems; hatches, trunks and closures equipment; payload encapsulation systems; simulators and electronic equipment; and cables, coatings and materials. Work will be performed at the contractors' sites (70%); government sites (15%); and various shipyards, Navy bases and platforms (15%) according to individual orders, and is expected to be complete by September 2025. Overhead funding in the amount of $7,000 (each awardee receives $1,000 minimum guarantee per contract) will be obligated under each contract's initial task order and will not expire at the end of the current fiscal year. This multiple-award contract was competitively procured via the Federal Business Opportunities website with seven acceptable offers received. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity. General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $35,339,953 cost-plus-fixed-fee contract for Reactor Plant Planning Yard support for nuclear-powered submarines and Support Yard for the Navy's Moored Training Ships. Work will be performed in Groton, Connecticut (95%); and Charleston, South Carolina (5%), and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy; 70%); and fiscal 2020 other procurement (Navy; 30%) funding in the amount of $19,726,396 will be obligated at time of award and will not expire at the end of the current fiscal year in accordance with 10 U.S. Code 2410(a). This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2114). L3 – Interstate Electronics Corp., Anaheim, California, is awarded a $33,245,905 cost-plus-fixed-fee contract modification (P00034) to exercise options under previously awarded and announced contract N00030-18-C-0001 for engineering and services support for flight test instrumentation (FTI) and readiness instrumentation (RI) systems operated in support of the Trident II D5LE flight test program. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (27%); Bremerton, Washington (2%); Kings Bay, Georgia (2%); Washington, D.C. (6%); Norfolk, Virginia (1%); Laurel, Maryland (2%); Silverdale, Washington (2%); and Barrow-in-Furness, United Kingdom (2%), with an expected completion date of Sept. 30, 2021. Fiscal 2020 weapons funds in the amount of $33,245,905, are being obligated to this award, none of which will expire at the end of the current fiscal year. This is not a competitive award. Strategic Systems Programs, Washington, D.C., is the contracting activity. L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $31,119,670 fixed-price incentive fee, cost-plus-fixed-fee and cost reimbursable modification to previously awarded contract N00024-16-C-6251 to exercise for the production of towed arrays. Contract action is a modification to a previously awarded contract in order to exercise options for the production of towed array assemblies. Work will be performed in Liverpool, New York (52%); Millersville, Maryland (28%); and Ashaway, Rhode Island (20%), and is expected to be completed by February 2023. Fiscal 2020 other procurement (Navy); fiscal 2020 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy); and 2018 shipbuilding and conversion (Navy), amount of $31,119,670 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity. MA Engineers JV,* San Diego, California, is awarded a maximum $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for mechanical engineering, electrical engineering and plumbing services located in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for preparation of requests for proposals, construction contract packages and support services, mechanical and electrical site investigations and fire protection engineering. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (86%); Arizona, (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%), but may also be available worldwide (1%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Federal Business Opportunities website with seven proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0552). Technology Trends Group, LLC,* Arlington, Virginia, is awarded a $24,029,195 firm-fixed-price, contract for the modernization efforts at Marine Corps Base (MCB) Quantico. The contractor will be required to engineer, furnish, install, secure, test and make operational a turnkey Base Area Network Transport and Enterprise Unified Communications Voice solution for the modernization of the existing communication infrastructure at MCB Quantico and other Marine Corps facilities as defined by the government to include enterprise integration and convergence. Work will be performed in Quantico, Virginia, and is expected to be complete by March 2022. Fiscal 2020 procurement (Marine Corps) funds in the amount of $24,029,195 will be obligated at the time of award and funds will expire Sept. 30, 2023. This procurement is a direct 8(a) sole-source award to an Alaskan Native Corporation in accordance with Federal Acquisition Regulation 6.302-5, authorized or required by statute. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-20-C-4919). The University of California, Davis, California, is awarded a $22,030,519 cost reimbursement agreement to develop revolutionary new treatment approaches for spinal cord injuries that integrate injury stabilization, regenerative therapy and functional restoration. This five-year contract includes seven optional tasks which, if exercised, would bring the potential value of this contract to an estimated $36,482,957. Work will be performed at the contractor's facilities in Lausanne, Switzerland (28%); Vancouver, British Columbia, Canada (23%); Davis, California (14%); Richardson, Texas (14%); Geneva, Switzerland (9%); Columbus, Ohio (6%); San Francisco, California (3%); and San Diego California (3%). The period of performance of this award is from Sept. 30, 2020, through Oct. 1, 2025. Optional tasks if exercised will be conducted within this period of performance. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $5,285,258 will be obligated at the time of award. This agreement was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Twelve proposals were received and three were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-2-4046). SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is awarded a $15,767,000 firm-fixed-price task order (N62473-20-F-5350) under a multiple award construction contract for replacement of the ambulatory care center at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of a replacement ambulatory care center that will deliver primary medical and dental care, including specialty clinics, ancillaries and support and administrative departments. The existing building will be demolished. Supporting facilities include utilities, site improvements, facility special foundations, access drives, parking, signage, antiterrorism force protection measures, demolition and environmental protection measures. Work will be performed in San Diego, California, and is expected to be completed by October 2022. Fiscal 2020 Defense military construction, Medical contract funds in the amount of $15,767,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5855). Johns Hopkins University, Baltimore, Maryland, is awarded a $13,488,956 cost-reimbursement cooperative agreement to develop revolutionary new treatment approaches for spinal cord injuries that integrate injury stabilization, regenerative therapy and functional restoration. This five-year contract includes two optional tasks which, if exercised, would bring the potential value of this agreement to an estimated $14,444,793. Work will be performed at the contractor's facilities in Baltimore, Maryland (63%); Laurel, Maryland (17%); New York, New York (10%); and Bothell, Washington (10%). The period of performance of this award is from Sept. 30, 2020, through Sept. 29, 2025. Optional tasks if exercised will be conducted within this period of performance. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,189,377 will be obligated at the time of award. This contract was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Twelve proposals were received and three were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-2-4075). General Dynamics Mission System Inc., Minneapolis, Minnesota, is awarded a $13,106,623 firm-fixed-price, cost-plus-fixed-fee contract. This contract provides upgrades of Navy owned Type 3 Advanced Mission Computers (AMC) with a fourth general purpose processor (GPP) to create a Type 3 extra processor and upgrade of all the Warfare Management Computer A11 cards with mission system computer equivalent GPPs in support of Advanced Mission Computer and Display. Work will be performed in Minneapolis, Minnesota, and is expected to be completed in September 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $9,961,999; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $224,616; fiscal 2019 aircraft procurement (Navy) funds in the amount of $2,227,442; and non-Department of Defense participant funds in the amount of $692,566 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-C-0047). General Atomics, San Diego, California, is awarded an $11,196,515 firm-fixed-price order (N00019-20-F-0639) against previously issued basic ordering agreement N00019-16-G-0006. This delivery order provides non-recurring engineering services in support of Electromagnetic Aircraft Launch System (EMALS) modification efforts. Specifically, implementing modifications made to the EMALS baseline during USS John F. Kennedy (CVN 79) production to the USS Gerald Ford (CVN 78) configuration. Work will be performed in San Diego, California (78%); and Waltham, Massachusetts (22%), and is expected to be completed in February 2024. Fiscal 2020 other procurement (Navy) funds in the amount of $11,196,515 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Asturian-Consigli JV LLC,* Virginia Beach, Virginia, is awarded an $11,130,130 firm-fixed-price task order (N40085-20-F-6689) under a multiple award construction contract for the expansion of the demolition training compound at Naval Air Station Oceana, Dam Neck Annex, Virginia. The work to be performed provides for construction of a training facility, grenade trainer, staging area, breaching walls, containment walls, utilities and other associated work. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by August 2022. Fiscal 2020 military construction (Defense-wide) contract funds in the amount of $11,130,130 are obligated on this award and will not expire at the end of fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1124). The Boeing Co., Huntington Beach, California, is awarded an $11,096,697 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-6307 to exercise options for engineering support services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. This option exercise is for engineering services under the existing contract that will be used to further develop and study additional capabilities, payloads, operational uses, and deployment scenarios for the XLUUV program. Work will be performed in Huntington Beach, California (75%); and Cockeysville, Maryland (25%), and is expected to be completed by September 2021. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $4,836,002 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, D.C., is the contracting activity. BAE Systems, Nashua, New Hampshire, is awarded a $10,600,000 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery-requirements contract. This contract provides engineering support, studies, models and related services and supplies required in support of F-35 Joint Simulation Environment Electronic Warfare system data and data rights. Work will be performed in Nashua, New Hampshire, and is expected to be completed in September 2026. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. 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 (N68335-20-D-0046). The University of Pittsburgh, Pittsburgh, Pennsylvania, is awarded a $10,451,439 cost-reimbursement agreement to develop revolutionary new treatment approaches for spinal cord injuries that integrate injury stabilization, regenerative therapy and functional restoration. This five-year contract includes no options. Work will be performed at the contractor's facilities in Pittsburgh, Pennsylvania (37%); Goose Creek, South Carolina (35%); and Philadelphia, Pennsylvania (28%). The period of performance of this award is from Sept. 30, 2020, through Sept. 29, 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,380,172 will be obligated at the time of award. This agreement was competitively procured via a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Twelve proposals were received and three were selected for award. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity (N66001-20-C-4050). Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,619,891 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two for custodial services at Naval Medical Center Camp Lejeune, Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for various custodial services including but not limited to emptying trashcans, sweeping, dusting, mopping, cleaning toilets and medical waste disposal for Naval Medical Center Camp Lejeune. After award of this option, the total cumulative contract value will be $24,914,030. Work will be performed in Jacksonville, North Carolina. This option period is from October 2020 to September 2021. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (Navy); and Defense Federal Health Program contract funds in the amount of $8,365,474 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 (N40085-18-D-6161). Metson Marine Services Inc.,* Ventura, California, is awarded $7, 226,056 for modification P00016 to previously awarded firm-fixed-price contract N68836-19-C-0002, to exercise Federal Acquisition Regulation 52.217-9 for Option Period Two for port operations support services that include maintenance and repairs of government furnished boats, service craft and waterfront equipment; oil spill response; industrial marine services; docking regular overhauls; ship movement and fleet liaison support services; berth day support; facility response team services; counter-terrorism support; barrier and gate services; and exclusion buoy inventory in support of Commander, Navy Region Southeast. The contract will include a nine-month base period and four one-year option periods, which if exercised, the total value of this contract will be $36,553,373. Work is expected to be completed by September 2021. If all options on the contract are exercised, work will be completed by September 2023. Work will be performed in Kings Bay, Georgia (30%); Kingsland, Georgia (28%); Mayport, Florida (18%); Pensacola, Florida (15%); Key West, Florida (4%); Port Canaveral, Florida (3%); Panama City, Florida (1%); and Jacksonville, Florida (1%). Fiscal 2021 operations and maintenance (Navy) funds (98%); and fiscal 2021 operations and maintenance funds (Coast Guard; 2%) in the amount of $2,971,239 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation as a total small business set-aside requirement with five offers received. The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity. Goodrich Corp., Troy, Ohio, is awarded a $7,177,466 firm-fixed-price order (N00019-20-F-02A2) under previously awarded Defense Logistics Agency indefinite-delivery/indefinite-quantity contract SPE4AX-18-D-9416. This order procures 51 carbon brakes, 50 wheel assemblies and associated part kits in support of the C-130 aircraft for the Marine Corps. Work will be performed in Troy, Ohio, and is expected to be completed in March 2021. Fiscal 2018 National Guard and Reserve equipment (Defense) funds in the amount of $2,822,752; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $4,354,714 will be obligated at the time of award, all 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., Rotary and Mission Systems, Riviera Beach, Florida, is awarded a $7,131,524 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-6308 to exercise options for engineering support services in support of Unmanned Undersea Vehicle (UUV) subsystem development. This option exercise is for engineering services under the existing contract that will be used to develop and study UUV subsystems and concepts initially developed under the Extra Large Unmanned Undersea Vehicle (XLUUV) program, including navigational capabilities, autonomy and payload deployment. Work will be performed in Riviera Beach, Florida, and is expected to be completed by September 2021. Fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $1,900,987 will be obligated at time of award and funds in the amount of $78,882 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. AIR FORCE Global Turbine System Inc., Medley, Florida, has been awarded a not-to-exceed $93,416,530 indefinite-delivery/indefinite-quantity undefinitized contract action for TF33 engine repair. This contract provides for maintenance, repair and overhaul repairs of the TF33 engine. Work will be performed in Medley, Florida, and is expected to be complete by September 2022. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $30,448,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity for contract (FA8124-20-D-0008). AT&T Corp., Oakton, Virginia, has been awarded an $81,800,000 firm-fixed-price task order using the General Services Administration (GSA) information technology Schedule 70 contract for Tyndall Air Force Base, Florida, supplement communications recovery effort follow-on effort. The purpose of this task order is to sustain commercial network services; implement base-level compute and store solutions; expand the voice over internet protocol telephony solution installed on the remediation contract to tenant units; and provide solutions integration and discovery and planning site surveys for the implementation of future efforts. Contractor support functions will include change management, engineering and onsite project management. Work will be performed at Tyndall AFB, Florida, and is expected to be complete by Sept. 25, 2023. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $11,291,118; and fiscal 2020 other procurement funds in the amount $9,387,842 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-20-F-0146). M1 Support Services LP, Denton, Texas, has been awarded a $79,287,756 firm-fixed-price modification (A00067) to contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the fifth option period of a seven-year contract for T-6, T-38 undergraduate pilot training and T-38 Introduction to Fighter Fundamentals (IFF) aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2021. Fiscal 2021 operations and maintenance funds in the amount of $19,821,939 are being obligated at the time of award for the next option period. Total cumulative face value of the contract is $363,312,131. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. Diversified Technologies Inc., Bedford, Massachusetts, has been awarded a $71,670,595 requirements contract for the Cobra Dane Radar program. This contract provides for the building and factory testing of up to 11 new transmitter groups, installation and check out of the first three production transmitter groups, installation and testing instruction and oversight of second and third production groups and technical support of final eight production transmitter groups. Sufficient engineering extras (installation spares) on hand to support installation of transmitter groups. Work will be performed in Bedford, Massachusetts, and is expected to be complete by Sept. 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 procurement funds in the amount of 16,382,581, are being obligated at the time of award. The Air Force Life Cycle Management, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-20-D-0001). BioFire Defense LLC, Salt Lake City, Utah, has been awarded a $33,133,017 firm-fixed-price contract for BioFire Respiratory 2.1 (RP2.1) panel with SARS-CoV-2 (COVID-19). This contract provides for BioFire RP2.1 panels in support of 73 BioFire FilmArray and 7 Torch analyzers across 42 military treatment facilities in place for Home Station Medical Response programs. BioFire RP2.1 Panels are the only reagents compatible with BioFire FilmArray and/or Torch Analyzers. Work will be performed in Salt Lake City, Utah, and is expected to be complete by Sept. 29, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 Defense Health Program; and fiscal 2020 operations and maintenance in the full amount are being obligated at the time of award. The 773rd Enterprise Sourcing Squadron, Joint Base San Antonio, Texas, is the contracting activity (FA8052-20-C-0018). QinetiQ Limited, Farnborough, United Kingdom, has been awarded a $27,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for weapons range services. This contract provides fighter pilots from Royal Air Force Lakenheath, United Kingdom; Spangdahlem Air Base, Germany; and Aviano Air Base, Italy, the ability to employ precision guided munitions in a practice environment. Work will be performed in the United Kingdom, and is expected to be complete by Sept. 23, 2025. This award is the result of a sole-source acquisition. Fiscal 2020 European Deterrence Initiative funds in the amount of $544,221 are being obligated at the time of award. The 48 Contracting Squadron, RAF Lakenheath, United Kingdom, is the contracting activity (FA558720D0005). Communications and Power Industries LLC, Beverly, Massachusetts, has been awarded a $24,500,000 indefinite-delivery/indefinite-quantity contract for electron tubes repair. This contract provides for the teardown, test and evaluation, minor and major repairs and total rebuild of electron tubes. Work will be performed in Beverly, Massachusetts, and is expected to be complete by Sept. 29, 2025. This award was the result of a competitive acquisition and two offers were received. No funds are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8250-20-D-0006). Rand Corp., Santa Monica, California, has been awarded a $19,957,309 cost-plus-need for fee modification (P00009) to previously awarded contract FA7014-16-D-1000 for a ceiling increase. This modification provides for a ceiling increase to the contract for research that will provide the people, tools, facilities, supplies, materials and studies and analysis research disciplines to conduct research, studies, and analyses that best addresses the mission needs of the Department of the Air Force and U.S. Space Force. Work will be performed in Santa Monica, California, and is expected to be complete by May 1, 2021. This modification brings the total cumulative face value of the contract to $256,208,348. No funds are being obligated at the time of award. The Air Force District of Washington, Andrews Air Force Base, Maryland, is the contracting activity. https://www.defense.gov/Newsroom/Contracts/Contract/Article/2367105/source/GovDelivery/

Partagé par les membres

  • Partager une nouvelle avec la communauté

    C'est très simple, il suffit de copier/coller le lien dans le champ ci-dessous.

Abonnez-vous à l'infolettre

pour ne manquer aucune nouvelle de l'industrie

Vous pourrez personnaliser vos abonnements dans le courriel de confirmation.