Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    656 nouvelles

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

  • US Army scraps ERCA autoloader plans, heads back to the drawing board

    1 octobre 2020 | International, Terrestre, Autre défense

    US Army scraps ERCA autoloader plans, heads back to the drawing board

    Ashley Roque Weight and mobility challenges have forced the US Army to abandon a government-designed autoloader for its Extended Range Cannon Artillery (ERCA) programme and the service is now looking for help from six tech companies. Brigadier General John Rafferty, the head of the Long-Range Precision Fires Cross-Functional Team, spoke at a virtual Fires Conference on 29 September and provided an update of programmes under his purview. One notable change is an army's decision not to move forward with an autoloader that it had been developing for the new weapon based off BAE Systems' Paladin M109A7 self-propelled howitzer. “The integration challenge for [it] was too much of a trade with mobility and durability, and some of the results from putting 3,000 miles on a combat vehicle [out at Yuma Proving Ground] weighted up with the centre of gravity issue that we had,” the one-star general told the audience. “It was an easy decision to say that we can't do that.” Instead the army is looking to a group of six companies previously picked to help find artillery munition resupplying solutions – Actuate, Apptronik, Carnegie Robotics, Hivemapper, Neya Systems, and Pratt Miller. Although Brig Gen Rafferty did not provide in-depth information on the path ahead, he noted that a future capability may not be an autoloader at all. ”I've learned that it was really stupid to go into this saying, ‘Hey, we want an autoloader'. I don't want an autoloader; What we want is an improved rate of fire,” he added. ”What I told them is I don't care if there's cannoneer there setting fuses if we're able to get the six to 10 rounds a minute,” Brig Gen Rafferty furthered. https://www.janes.com/defence-news/news-detail/us-army-scraps-erca-autoloader-plans-heads-back-to-the-drawing-board

  • Terrestrial Energy and L3Harris Technologies to Develop IMSR Generation IV Nuclear Power Plant Simulator

    1 octobre 2020 | Local, Naval, C4ISR, Autre défense

    Terrestrial Energy and L3Harris Technologies to Develop IMSR Generation IV Nuclear Power Plant Simulator

    GlobeNewswire OAKVILLE, Ontario and MONTREAL, Sept. 30, 2020 (GLOBE NEWSWIRE) — Terrestrial Energy has awarded L3Harris Technologies a contract to develop an engineering and operator training simulator for the Integral Molten Salt Reactor (IMSR®), a Generation IV nuclear power plant. The IMSR power plant simulator is being built at L3Harris' operation in Montreal, Quebec and will be delivered to Terrestrial Energy's Oakville, Ontario facility in 2021. It will provide Terrestrial Energy with a high-fidelity platform to simulate and visualize all major IMSR reactor and power plant functions. The simulator will support Terrestrial Energy's engineering activities and, subsequently, operator training as development moves to licensing and construction prior to plant commissioning. “We are applying our high-performance computing and reactor simulation capabilities to IMSR power plant development,” said Rangesh Kasturi, President, Maritime International, L3Harris. “This effort will result in Terrestrial Energy obtaining its first simulator for the IMSR power plant equipping its engineers with a dynamic, integrated and real-world tool to support IMSR deployment.” “L3Harris' simulator provides an extraordinary real-world experience of the IMSR power plant operation and performance. It supports our engineering activities, operator training programs and future IMSR deployments,” said Simon Irish, CEO of Terrestrial Energy. “This digital technology illustrates how high-performance computing enables Generation IV innovation capable of providing cost-competitive, reliable, resilient and clean electric power and industrial heat.” In addition to modeling and testing the integrated engineering simulator, L3Harris will provide its state-of-the-art Orchid® simulation environment and training to Terrestrial Energy for further simulator development. This aspect of the contract is a result of L3Harris' Industrial and Technological Benefits (ITB) commitments to Canada through its participation in the National Shipbuilding Strategy (NSS) on the Arctic and Offshore Patrol Ships program with Irving Shipbuilding. “This investment in Terrestrial Energy is another example of the National Shipbuilding Strategy at work creating investment in people and businesses across the country to ensure Canadians are benefitting from coast to coast to coast,” said Kevin McCoy, President of Irving Shipbuilding. “Through the Arctic and Offshore Patrol Ship construction program and the Canadian Surface Combatant program, spending commitments to date have generated positive economic impacts for hundreds of businesses and organizations that are creating world-class innovation and research across the country.” The ITB commitment requires identifying new opportunities that benefit Canadian industry when any work is performed outside of Canada on the NSS. The ITB program ensures that 100 percent of the value of a significant defence contract is spent in Canada, and this creates a strong link between our naval programs and the creation of innovation in our energy sector. About Terrestrial Energy Terrestrial Energy is a developer of Generation IV advanced nuclear power plants that use its proprietary Integral Molten Salt Reactor (IMSR®) technology. IMSR technology represents true innovation in cost reduction, versatility, and functionality of nuclear power plants. IMSR power plants will provide zero-carbon, reliable, dispatchable, cost-competitive electric power and high-grade industrial heat for use in many industrial applications, such as chemical synthesis and desalination, and in so doing extend the application of nuclear energy far beyond electric power markets. They have the potential to make important contributions to industrial competitiveness, energy security, and economic growth. Their deployment will support rapid global decarbonization of the primary energy system by displacing fossil fuel combustion across a broad spectrum. Using an innovative design, and proven and demonstrated molten salt reactor technology, Terrestrial Energy is engaged with regulators and industrial partners to complete IMSR engineering and to commission first IMSR power plants in the late 2020s. terrestrialenergy.com About L3Harris Technologies L3Harris Technologies is an agile global aerospace and defense technology innovator, delivering end-to-end solutions that meet customers' mission-critical needs. The company provides advanced defense and commercial technologies across air, land, sea, space and cyber domains. L3Harris has approximately $18 billion in annual revenue and 48,000 employees, with customers in more than 100 countries. https://financialpost.com/pmn/press-releases-pmn/globe-newswire-releases/terrestrial-energy-and-l3harris-technologies-to-develop-imsr-generation-iv-nuclear-power-plant-simulator

  • New COVID bill dampens hopes for defense industry aid

    30 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    New COVID bill dampens hopes for defense industry aid

    Joe Gould WASHINGTON ― Democrats unveiled a $2.2 trillion coronavirus relief package Monday night without defense industry stimulus funding, hinting that the billions of dollars defense firms sought to diffuse the economic impact of the pandemic are not coming. Defense officials warned they will have to tap modernization and readiness funds if Congress does not appropriate about $10 billion for defense contractors' coronavirus-related expenses, as authorized by Section 3610 of the Coronavirus Aid, Relief, and Economic Security Act. However, neither the new Democratic measure nor the last draft from Senate Republicans contained any such aid. Smaller than the $3.4 trillion bill that passed the House in May in order to come closer to a compromise with Republicans, the new bill comes as House Speaker Nancy Pelosi, D-Calif., and Treasury Secretary Steven Mnuchin are attempting to revive long-stalled aid negotiations. The House bill could be a final attempt to pass coronavirus aid legislation before the Nov. 3 presidential and congressional elections. The House bill does propose nearly $2.5 billion for defense: $320 million in emergency operations and maintenance funding for the services to buy personal protective equipment; $1.4 billion to pay salaries and other needs of military base facilities like child care centers and post exchanges that are usually paid by revenue-generating accounts; and $705 million for the Defense Health Program to cover COVID-19 prophylactics, therapeutics and personal protective equipment. Senate Majority Leader Mitch McConnell, R-Ky., proposed his own $300 billion bill, but that legislation failed in the Senate earlier this month. That bill left out the $29 billion for defense ― which included $11 billion in Section 3610 reimbursements ― that Republicans proposed in their $1 trillion stimulus in July. The Senate is set to vote on a House-passed continuing resolution to prevent a government shutdown. It would extend the window for Section 3610 reimbursements through Dec. 11, a step sought by trade groups. But there has been no matching appropriation. Defense industry sources say lobbying for aid hasn't gained traction beyond a handful of hawkish Republicans, despite a public push from Pentagon acquisition chief Ellen Lord. The Pentagon's senior-most officials have not been as vocal as Lord, and lawmakers from both parties have been wary of new spending that favors industry after the Pentagon won a timely budget at record levels. “There's never been an appetite for defense stimulus from the parties that matter,” an industry source told Defense News. “I would be shocked if defense, being in neither of the two chambers' bills, ended up in the final bill.” Undercutting the argument that defense industry relief would immediately stimulate the economy, Lord said earlier last week that it will likely take five to six months before industry receives any reimbursements under the CARES Act. Lord also said that only 30 of the hundreds of defense subcontractors shuttered by the pandemic remained closed. Days ago, Lockheed Martin reportedly signed off on a 8.3 percent quarterly dividend increase to pay $2.60 per share and announced plans for an additional $1.3 billion share buyback. Lockheed is one of the main recipients of the Pentagon's accelerated payments to contractors, meant to boost cash flow to large and small defense companies during the coronavirus crisis. In May, Democratic lawmakers questioned Pentagon leaders about why they had spent just 23 percent of the $10.5 billion the department received under the CARES Act. The Pentagon responded with with its spending plan for the aid, which allocated $688 million to aid suppliers of aircraft engine parts, shipbuilding, electronics and space launch. Last week, key progressives, Reps. Marc Pocan and Barbara Lee, demanded an investigation and public hearings into that use of economic stimulus funding for defense contractors, calling it a “Pentagon misuse of COVID funds.” The Pentagon has refuted that characterization. https://www.defensenews.com/congress/2020/09/29/new-covid-bill-dampens-hopes-for-defense-industry-aid/

  • Contract Awards by US Department of Defense – September 28, 2020

    29 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 28, 2020

    AIR FORCE The Aerospace Corp., El Segundo, California, has been awarded a $1,110,220,291 modification (P00039) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community. This modification provides for the exercise of Option Year Two for fiscal 2021 services being procured under the multiple year contract. Work will be performed in El Segundo, California, and is expected to be complete by Sept. 30, 2021. The total cumulative face value of the contract is $3,268,568,356. The U.S. Space Force, Space and Missile Systems Center, El Segundo, California, is the contracting activity. The Boeing Co., Seattle, Washington, has been awarded a not-to-exceed $39,568,072 undefinitized contract action (UCA) modification (P00221) to contract FA8625-11-C-6600 for KC-46 engineering, manufacturing, and development. This provides for the modification of the existing UCA awarded under modification P00206 and provides for qualification test of the components and full life qualification of the actuator, as well as for conducting lab test, ground test and flight test verifications. Work will be performed in Seattle, and is expected to be completed Dec. 31, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $16,269,033 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Corp., Syracuse, New York, has been awarded a $25,000,000 ceiling indefinite-delivery/indefinite-quantity contract for the Atmospheric Early Warning System AN/FPS-117 radar program. This contract provides for contractor logistics support and radar hardware/spares procurement. Work will be performed in Syracuse, New York, as well as various sites in Alaska, Hawaii, Canada, Puerto Rico, and Utah. The work is expected to be complete by March 2026. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $3,946,336 are being obligated at the time of award. Hill Air Force Base, Utah, is the contracting activity (FA8217-20-D-0006). Leidos Inc., Reston, Virginia, has been awarded a $12,947,292 cost-plus-fixed-fee contract for research and development. This contract provides for the Database Optimization Sustainment program to advance the Compact Automatic Target Recognition and Sustainable Environment technology foundation to deliver high-performing air and ground target combat identification systems. Work will be performed in Reston, Virginia, and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Oct. 30, 2025. This award is a result of a competitive acquisition and two offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $196,000 are being obligated at the time of award. Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson, Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1143). CDW Government LLC, Vernon Hills, Illinois, has been awarded a $10,236,014 firm-fixed-price delivery order contract for hardware and software components. This contract provides for Hyper Converged Infrastructure Cloud Based Training Range hardware and software components, the combination of which is called a “POD,” essential to conduct hands-on training for cyber weapon systems initial qualification. Work will be performed at Joint Base San Antonio, Texas, and Hurlburt Field, Florida, and is expected to be complete by May 31, 2021. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 procurement funds in the amount of $10,236,000 will be obligated at the time of award. The 38th Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA877320F0156). CORRECTION: The contract announced Sept. 23, 2020, for Northrop Grumman Systems Corp., Herndon, Virginia, (FA8204-20-F-0079) had the incorrect contract award dollar amount. The contract was for $22,803,158. NAVY Lockheed Martin Corp., a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $709,792,854 modification (P00006) to previously awarded fixed-price-incentive-firm-target advance acquisition contract N00019-20-C-0009. This modification provides for the procurement of economic order quantities of material in support of F-35 Lightning II aircraft low rate initial production Lots 15, 16 and 17 for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (60%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and various locations outside the continental U.S. (1%), and is expected to be completed in May 2026. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $260,380,000; fiscal 2020 aircraft procurement (Navy) funds in the amount of $245,412,998; non-DoD participant funds in the amount of $141,758,199; and FMS funds in the amount of $62,241,657, 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. General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $215,655,632 modification to previously awarded contract N00024-19-C-2125 for engineering, technical, design agent and planning yard support for operational strategic and attack submarines. This contract combines purchases for the Navy (42%); and the country of Great Britain (58%), under the Foreign Military Sales program. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2023. Foreign Military Sales Great Britain (52%); and fiscal 2020 other procurement (Navy; 42%) funding in the amount of $5,041,000 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. Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $188,767,103 firm-fixed-price contract for the construction of Hurricane Florence recovery projects located at Camp Lejeune, North Carolina. This contract provides replacements for various facilities damaged during Hurricane Florence and entails seven projects: The Courthouse Bay and Hadnot Point Fire Station replacement projects constructs fire stations that will include administrative spaces, storage, alarm communication center, living quarters, recreation/dining, laundry and vehicle maintenance/storage bays. Constructs a low-rise satellite fire station at Courthouse Bay. The complex will include administrative spaces, storage, alarm communication center, living quarters, recreation and dining, laundry and vehicle maintenance and storage bays. The Naval Criminal Investigative Service facilities replacement project constructs an administrative and secured storage facility and includes administrative and support space necessary to conduct the day-to-day operations. The Legal Services Support Section (LSSS) facility replacement project constructs a facility of reinforced concrete masonry and includes administrative and support space necessary to conduct the day-to-day operations of LSSS. The Provost Marshall office facility replacement project constructs a police facility and supply warehouse for Camp Lejeune military and civilian police forces. The Hadnot Point Mess Hall replacement project constructs a low-rise dining facility and a parking garage. The Marine Corps Engineering School Applied Instruction Facility replacement project constructs a multi-story applied and academic instruction facilities. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by August 2025. Fiscal 2020 military construction (Marine Corps) contract funds in the amount of $188,767,103 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with nine proposals received. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0072). Aviation Systems Engineering Co., Inc.,* Lexington Park, Maryland, is awarded a $94,875,560 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract provides contractor engineering services in support of the Airborne Anti-submarine Warfare Platform Integration and Systems Engineering Branch. The engineering services provided are in support of legacy and new acoustic and non-acoustic sensors, systems and subsystems for naval air platforms and to improve existing maritime patrol and reconnaissance mission systems in support of Navy and Foreign Military Sales customers. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small business set-aside, competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0123). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $91,166,757 fixed-price-incentive-firm, cost-plus-fixed-fee, cost reimbursable contract that procures the necessary hardware, technical engineering support, management support and logistics support to fabricate, assemble, test and deliver the required fiscal 2020 AN/APR-39C(V)2 and AN/APR-39D(V)2 radar warning receiver hardware for Department of Defense aircraft in support of Navy, Army, Navy Supply Command and various Foreign Military Sales (FMS) customers. Hardware procured on this contract includes Weapon Replaceable Assemblies and support equipment such as 55 AN/APR-39D(V)2 processors; 185 AN/APR-39D(V)2 antenna detectors; 126 AN/APR-39D(V)2 radar receivers; 46 AN/APR-39D(V)2 low band arrays; 22 AN/APR-39D(V)2 handle assemblies; 59 AN/APR-39C(V)2 processors; 236 AN/APR-39C(V)2 antenna detectors; 188 AN/APR-39C(V)2 radar receivers; 76 AN/APR-39C(V)2 upgrade kits; and 65 AN/APR-39C(V)2 circuit card assemblies. Additionally, this contract provides non-recurring engineering efforts that support production capacity to meet necessary fielding requirements. Work will be performed in Rolling Meadows, Illinois (45%); Landsdale, Pennsylvania (13%); Menlo Park, California (13%); Woburn, Massachusetts (9%); Lewisburg, Tennessee (6%); Longmont, Colorado (4%); Madison, Wisconsin (3%); Newark, Delaware (2%); Niagara Falls, New York (2%); Syracuse, New York (2%); and various locations within the continental U.S. (1%), and is expected to be completed in March 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $2,270,819; fiscal 2020 aircraft procurement (Navy) funds in the amount of $71,866,262; fiscal 2020 aircraft procurement (Army) funds in the amount of $7,200,000; FMS funds in the amount of $9,270,906; and defense working capital fund (Navy) in the amount of $558,770, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0054). Integrated Marine Services Inc., Chula Vista, California (N55236-20-D-0001); Epsilon Systems Solutions Inc., San Diego, California (N55236-20-D-0002); Adept Process Services Marine Inc., National City, California (N55236-20-D-0003); Nielsen Beaumont Marine Inc., San Diego, California (N55236-20-D-0004); and Marine Group Boat Works LLC, Chula Vista, California (N55236-20-D-0005), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts with a five base year ordering period to accomplish Navy Expeditionary Combat Craft (NECC) repairs and industrial support for NECCs within the San Diego County, California area (radius of 50 miles). The work will encompass specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage/service craft and their associated and periodic maintenance and NECC planned/emergent repairs. The maximum dollar value for all five contracts combined is $83,282,284. These five companies will have an opportunity to compete for individual delivery orders. Work will be performed in San Diego County, California, and is expected to be complete in September 2025. Fiscal 2020 operations and maintenance funding in the amount of $50,000 (each awardee receives $10,000 minimum guarantee per contract) will be obligated under each contract's initial delivery order and will expire at the end of the current fiscal year. These contracts were competitively procured via the beta.SAM.gov web site with six offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Raytheon Co., Largo, Florida, was awarded a $61,564,606 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost modification to previously awarded contract N00024-19-C-5200 to exercise options for design agent and engineering services to support the Cooperative Engagement Capability (CEC) program. This option exercise is for design agent and engineering services to perform advanced studies and integration efforts as well as software sustainment and support. The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple or layered engagement strategies. Work will be performed in St. Petersburg, Florida (70%); and Largo, Florida (30%), and is expected to be completed by September 2021. Fiscal 2020 research, development, test and evaluation (Navy; 35%); fiscal 2019 research, development, test and evaluation (Navy; 32%); fiscal 2020 operations and maintenance (Marine Corps; 10%); fiscal 2020 operations and maintenance (Navy; 6%); Foreign Military Sales (FMS) Japan (5%); FMS Australia (4%); fiscal 2019 procurement (Marine Corps; 4%); fiscal 2019 other procurement (Navy; 3%); FMS Canada (0.9%); and fiscal 2018 other procurement (Navy; 0.1%) funding in the amount of $13,252,873 will be obligated at time of award, and funding in the amount of $6,363,450 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 24, 2020) Serco Inc., Herndon, Virginia, is awarded a $38,699,699 indefinite-delivery/indefinite-quantity contract with firm-fixed-price provisions for radio frequency distribution and control systems. Work will be performed in Herndon, Virginia, and is expected to be complete by September 2025. Fiscal 2020 other procurement (Navy) funds in the amount of $181,762 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with two offers received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-20-D-R000). Hornbeck Offshore Operators LLC, Covington, Louisiana, is awarded a $37,980,207 modification for the fixed-price portion of previously awarded firm-fixed-price contract N62387-15-C-2507 to exercise a one-year option period for the operation and maintenance of four modified off-shore supply vessels, identified as T-AGSEs vessels USNS Arrowhead, USNS Eagleview, USNS Westwind and USNS Black Powder, serving as blocking vessels in support of the Navy. The contract includes a 215-day base period, nine one-year option periods and one, 150-day option period. Work for this option period will be performed at sea worldwide and is expected to be completed by Sept. 30, 2021. Working capital funds (Navy) in the amount of $37,980,207 are obligated for fiscal 2021 and will not expire at the end of the fiscal year. This contract was issued on a basis of other than full and open competition in support of the statute under provisions of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-2507). Huntington Ingalls Industries' Newport News Shipbuilding division, Newport News, Virginia, is awarded a $31,955,801 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2100 to exercise options for engineering, technical, design agent and hull planning yard support for the Navy's operational aircraft carrier fleet. This option exercise will provide for engineering and technical support of operational Gerald R. Ford (CVN 78) class aircraft carriers and propulsion plant related efforts for Nimitz (CVN 68) Class aircraft carriers. The scope of this effort includes technical and engineering support for nuclear powered aircraft carriers and aircraft carrier support facilities; design, development, conversion, testing and studies operational support for operational nuclear-powered aircraft carriers; modernization and procurement of material, equipment, spares, repair parts and test equipment for operational nuclear powered aircraft carriers; design agent, planning yard support and equipment obsolescence support of operational nuclear powered aircraft carriers; and engineering/logistics studies in support of modernization efforts, repairs, ship alterations, ship change documents and C4ISR upgrades. Work will be performed in Newport News, Virginia, and is expected to be complete by September 2023. Fiscal 2020 operations and maintenance (Navy; 65.2%); fiscal 2019 other procurement (Navy; 20.9%); fiscal 2020 shipbuilding and conversion (Navy; 11.7%); and fiscal 2018 shipbuilding and conversion (Navy; 2.2%), funding in the amount of $5,133,948 will be obligated at time of award, of which $3,345,513 will 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. The Boeing Co., St. Louis, Missouri, is awarded a $23,272,579 firm-fixed-price order (N00019-20-F-0875) against previously issued basic ordering agreement N00019-16-G-0001. This order procures one Joint Common Test Set with exercise test capability for the government of Saudi Arabia in support of the Harpoon program. Work will be performed in Saint Charles, Missouri (39.3%); Piedmont, Missouri (9.9%); Cincinnati, Ohio (4.4%); Burlingame, California (3.9%); Eden Prairie, Minnesota (3.4%); Hauppauge, New York (3.2%); Dittmer, Missouri (2.2%); Westerly, Rhode Island (2.2); Bohemia, New York (2.1%); Kansas City, Missouri (1.5%); Orange Park, Florida (1.4%); San Diego, California (1.2%); Waynesboro, Virginia (1.1%); Longmont, Colorado (1.1%); and various locations within the continental U.S. (23.1%), and is expected to be completed in December 2023. Foreign Military Sales funds in the amount of $23,272,579 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. ImSAR LLC,* Springville, Utah, is awarded a $22,793,170 cost-plus-fixed-fee, firm-fixed-price order (N68335-20-F-0625) against previously issued basic ordering agreement N68335-18-G-0015. This order provides for continued research and development under Small Business Innovation Research (SBIR) topic AF112-144 titled, "Advanced Radar Concepts for Small (Tier I/II) Remotely Piloted Aircrafts." Additionally, this effort provides for research, development, procurement and sustainment of the ground surveillance radar (GSR) product designated AN/DPY-2(v)1 Split Aces payload system and communications relay package (CRP) and AN/DPY-2(v)2 (Split Aces payload system without CRP) for the RQ-21A Blackjack unmanned aerial system (UAS). Successful completion of this phase of the SBIR project will result in the delivery of additional AN/DPY-2(V)1 and (V)2 Split Aces GSR payload system mission kits for the RQ-21A Blackjack UAS, refinement of the existing software and system capabilities and a simulation training capability for system operators. Work will be performed in Springville, Utah (95%), and Patuxent River, Maryland (5%), and is expected to be completed in September 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $$9,697,206; fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,436,663; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,000,000; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,679,300, will be obligated at time of award, $2,436,663 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. BAE Systems Technology Solutions and Services, Rockville, Maryland, is awarded a $21,323,451 cost-plus-fixed-fee contract. This contract provides engineering and technical services to the Ship and Air Integrated Warfare Division in support of integrated communications and information systems radio communications for Navy ships. Work will be performed in Saint Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in September 2025. Fiscal 2020 defense working capital (Navy) funds in the amount of $17,050,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-C-0003). Hourigan Construction Co., Virginia Beach, Virginia, is awarded a $21,228,677 firm-fixed-price task order (N40085-20-F-6757) under a multiple award construction contract for the renovation of Building. 2 at Naval Medical Center Portsmouth, Virginia. The work to be performed includes renovation of existing administrative, laboratory and healthcare support spaces. The project includes demolition, construction phasing and temporary facilities. Work will be performed in Portsmouth, Virginia, and is expected to be completed by February 2023. Fiscal 2020 defense health program contract funds in the amount of $21,228,677 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9068). Advanced Crane Technologies LLC,* Reading, Pennsylvania, is awarded a $20,867,700 firm-fixed-price contract to provide cranes at Strategic Weapons Facility Atlantic, Kings Bay, Georgia. The work to be performed provides for the contractor to design, fabricate, assemble, shop-test, deliver, install, inspect, field test and make ready for use two overhead bridge cranes. Work will be performed at Kings Bay, Georgia, and is expected to be completed by December 2022. Fiscal 2020 other procurement (Navy) contract funds in the amount of $20,867,700 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with two proposals received. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-C-0011). Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded a $19,341,680 cost-plus-fixed-fee job order under basic ordering agreement N00164-20-G-JQ96 for the performance of non-recurring engineering for Block Upgrade Phase 2-4 technology/capability insertion in the Target Sight System. Work will be performed in Orlando, Florida (86%); and Ocala, Florida (14%), and is expected to be completed in September 2024. Fiscal 2020 aircraft procurement (Navy; 53%); and fiscal 2019 aircraft procurement (Navy; 47%), funding in the combined amount of $19,341,680 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016420FJ268). Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina, is awarded a $19,264,771 firm-fixed-price contract for road improvements at Marine Corps Base, Camp Lejeune, North Carolina. This project includes a series of roadway improvements to Birch Street and Duncan Street. Work will include the construction of service and access roads, the widening of existing roads and the construction of turn lanes. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2022. Fiscal 2016 military construction (Navy) contract funds in the amount of $19,264,771 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0157). ECC International LLC, Virginia Beach, Virginia, is awarded an $18,045,700 firm-fixed-price contract for the construction of a fleet maintenance facility at Naval Air Station, Sigonella, Sicily, Italy. The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $18,771,624. The work to be performed provides for construction of maintenance and repair shops, storage and personnel support areas. Work will be performed in Corsico, Italy, and is expected to be completed by June 2022. Fiscal 2016 military construction (Navy) contract funds in the amount of $18,045,700 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Contract Opportunities website with two proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-C-0012). B.L. Harbert International LLC, Birmingham, Alabama, is awarded a $16,366,260 firm-fixed-price task order (N69450-20-F-0898) under a multiple award construction contract to restore the water distribution system at Naval Support Activity, Panama City, Florida. The work to be performed includes surveys of water distribution routes, construction plan development, permitting, fire hydrant replacement and installation of new potable water and fire protection mains to replace the existing systems. Work will be performed in Panama City, Florida, and is expected to be completed by August 2023. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $16,366,260 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0908). Crowley Government Services Inc., Jacksonville, Florida, is awarded a $14,513,105 modification for the fixed portion under previously awarded firm-fixed-price contract N62387-15-C-5301 to continue the operation and maintenance of the four roll-on/roll-off vessels, USNS SGT Matej Kocak (T-AK 3005); USNS PFC Eugene A. Obregon (T-AK 3006); USNS MAJ Stephen W. Pless (T-AK 3007); and USNS LCPL Roy. M. Wheat (T-AK 3016). Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by Sept. 30, 2021. Transportation working capital contract funds in the amount of $14,513,105 are obligated for fiscal 2021 and will not expire at the end of the current fiscal year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. Ameresco Inc., Framingham, Massachusetts, is awarded a $14,375,273 firm-fixed-price contract to install a solar photovoltaic (PV) system and various related improvements at Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for installation of a solar PV system composed of canopy-mounted arrays over a portion of an existing parking lot; a solar thermal system; heating, ventilation and air-conditioning improvements; and lighting improvements. Work will be performed in Honolulu, Hawaii, and is expected to be completed by October 2022. Fiscal 2018 military construction (Navy) contract funds in the amount of $14,375,273 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with eight proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-C-4002). Parsons Government Services Inc., Pasadena, California, is awarded a $13,983,994 cost-plus-fixed-fee task order under the General Services Administration's (GSA) One Acquisition Solution for Integrated Services (OASIS). This task order provides research and development support services for the Operational and Undersea Medicine Directorate at the Naval Medical Research Center (NMRC), Silver Spring, Maryland. Work will be performed at NMRC, Silver Spring, Maryland (96%); Naval Health Research Center, San Diego, California (1%); Panama City, Florida (1%); Jacksonville, North Carolina (1%); and other miscellaneous locations for meetings and conferences (1%). Work is expected to be completed by Sept. 29, 2025. The base period of performance under this task order will be awarded with $2,267,275 fiscal 2019 Defense Health Program (DHP) enhanced funding in the amount of $834,079, which will expire at the end of the current fiscal year; fiscal 2019 DHP research, development, testing and evaluation funding in the amount of $563,840, which will expire at the end of the current fiscal year; and fiscal 2020 Navy research, development, testing and evaluation funding in the amount of $162,747, which will not expire at the end of the current fiscal year. The balance of the task order will be incrementally funded. The total value of the task order for the base period and four option years, if exercised, is $13,983,994. This task order was competitively procured via GSA's OASIS Unrestricted Pool 4, with three proposals received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N6264520F0303). G-W Management Services LLC,* Rockville, Maryland, is awarded a $13,516,700 firm-fixed-price task order (N40080-20-F-5202) under a multiple award construction contract for long-term structural repair of parking garages at Walter Reed National Military Medical Center at Naval Support Activity Bethesda, Maryland. The work to be performed provides design and construction services to repair structural deficiencies and includes the repair of all critical elements of the garage including topping slabs, pre-stressed concrete double-tees, inverted tee beams, precast concrete beams, expansion joints, stairs, curbs, columns and guardrails. All elements such as mechanical, plumbing, electrical and fire-sprinklers protection of the garages shall also be included. Work will be performed in Bethesda, Maryland, and is expected to be completed by July 2023. Fiscal 2020 operations and maintenance (Defense Health Agency) contract funds are obligated on this award and will expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-19-D-0015). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $13,053,382 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-4316 to continue performance of the repair, maintenance and upgrade efforts on the USS Helena (SSN 725) dry-docking selected restricted availability. The government and Newport News Shipbuilding agreed to a final settlement value of $13,053,382 for the USS Helena SSN 725 dry-dock selected restricted availability for the period Oct. 20, 2020, through Jan. 8, 2021. 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 requirement. The contracted requirements include advance and new work efforts necessary to repair and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the Availability Work Package during the Chief of Naval Operations scheduled availability. Work will be performed in Newport News, Virginia, and is expected to be completed by January 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $13,053,382 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. TOTE Services Inc., Jacksonville, Florida, is awarded an $11,642,218 modification under previously awarded firm-fixed-price contract N32205-18-C-3101 to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the ground based, mid-course defense element of the ballistic missile defense system for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by Sept. 30, 2021. Working capital contract funds (Navy) in the amount of $11,642,218 are obligated for fiscal 2021, and will not expire at the end of the fiscal year. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $11,513,510 cost-plus-fixed-fee job order under basic ordering agreement N00164-20-G-JQ96 for the performance of non-recurring engineering for contractor sustainment services for the Target Sight System. Work will be performed in Orlando, Florida (90%); and Ocala, Florida (10%), and is expected to be completed in September 2022. Fiscal 2020 aircraft procurement (Navy; 82%); and fiscal 2020 research, development, test and evaluation (Navy; 18%) funds in the amount of $7,878,492 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016420FJ269). L3Harris Technologies Inc., Palm Bay, Florida, is awarded a $10,496,695 contract modification (P00002) to previously awarded firm-fixed-price contract N00421-19-C-0039. This modification exercises Lot 20 option items to procure digital map computers (DMCs) and digital video map computers (DVMCs); 50 DMCs and 77 DVMCs in support of sparing for the Naval Supply Systems Command; 24 DVMCs for the Navy in support of the F/A-18E/F aircraft; 16 DMCs for the government of the Czech Republic; and three DMCs for the government of Bahrain. Additionally, this modification procures 24 extension housings for the DVMC buy for the Navy in support of the F/A-18E/F aircraft program. Work will be performed in Malabar, Florida, and is expected to be completed in December 2022. Defense working capital (Navy) funds in the amount of $7,861,116; fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,715,808; and Foreign Military Sales funds in the amount of $919,771 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. BAE Systems Technology Solutions and Services Inc., doing business as BAE Systems, Rockville, Maryland, is awarded a $10,195,034 firm-fixed-price contract modification P00006 under previously awarded contract N00604-18-C-4001 to exercise Option Period Three for munitions handling and management services which include receiving, storing, segregating, issuing, inspecting and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands. This contract includes a nine-month base period and four 12-month option periods. The exercise of this option will bring the estimated value of the contract to $35,354,568, and if all options are exercised, it will bring the total value to $45,611,389. Work will be performed in Ewa Beach, Hawaii, and is expected to be completed by September 2021. If all options on the contract are exercised, work will be completed by September 2022. Fiscal 2021 operations and maintenance funds (Navy) in the full amount of $10,144,531 will be obligated once the modification to exercise Option Year One is awarded, and funds will not expire before the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with two offers received. The Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity. PTC Inc., Boston, Massachusetts, is awarded a $10,000,000 contract modification to previously awarded contract N00024-20-C-6121 to exercise and fund an option for provisioned item orders in support of model based production support. Work will be performed in Boston, Massachusetts, and is expected to be completed by June 2025. Fiscal 2020 operations and maintenance (Navy; 89%); fiscal 2020 operations and maintenance (Air Force; 5.3%) fiscal 2020 research, development, test and evaluation (Navy; 3%); fiscal 2020 operations and maintenance (Marines; 2.7%); and funding in the amount of $3,047,196 will be obligated at the time of award, of which, $2,953,194 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. BB&E Inc.,* Northville, Michigan, is awarded a $9,880,969 firm-fixed-price task order for the exercise of the second option period for professional support services in design and capital improvements within the Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic area of responsibility (AOR). After award of this option, the total cumulative task order value will be $26,346,302. The work to be performed provides for various architecture and construction engineering disciplines to assist in completing various design and capital improvement projects. Work will be performed at various installations within the NAVFAC Mid-Atlantic AOR to include Norfolk, Virginia (72%); Jacksonville, North Carolina (8%); Albany, Georgia (4%); Portsmouth, Virginia (3%); Havelock, North Carolina (3%); Crane, Indiana (3%); Kittery, Maine (3%); Great Lakes, Illinois (2%); and Philadelphia, Pennsylvania (2%). This option period is from September 2020 to September 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $4,094,156 are obligated on this award and will expire at the end of the current fiscal year. Fiscal 2020 military construction (Navy) contract funds in the amount of $3,300,000 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-F-9965). Copious Imaging LLC, Lexington, Massachusetts, is awarded a $9,691,589 cost-plus-fixed-fee job order under basic ordering agreement N00164-20-G-JQ82 for the performance of engineering services and repairs for the Wide Area Infrared Surveillance with Persistence (WISP) system. The WISP is a Counter-small Unmanned Aerial System (C-sUAS) capability used in Air Force base defense efforts. These tasks are comprised of program support; contract progress; status and management reporting; counterfeit prevention; repair; failure reporting, analysis and corrective action system (FRACAS); engineering services; hardware and software upgrade and enhancement; engineering investigations; field service representatives support; operator and maintainer training; configuration management; technical data package development and delivery; logistics support analysis and deliverables; technical manual development and delivery; training material development and delivery; and obsolescence management. Work will be performed at various locations outside the continental U.S., and is expected to be completed by September 2023. Fiscal 2020 other procurement (Air Force; 89%); and fiscal 2020 defense operations and maintenance (11%) funding in the amount of $1,071,272 will be obligated at the time of award and funding in the amount of $121,272 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-20-F-J265). L3Harris Technologies Inc., Rochester, New York, is awarded a $9,397,873 modification to previously awarded contract M67004-19-D-0002 for the refurbishment of Marine Corps Radio components associated with Controlled Cryptographic Communications Systems. The modification increases the quantities of existing assets repaired, adds quantities of two new assets to be repaired and adds a contract line item for the pass-through shipping costs of returning the repaired assets to the government. The total cumulative face value of the contract is $42,411,286. Work will be performed in Rochester, New York, with an expected completion date of July 2021. Fiscal 2020 working capital funds (Navy) in the amount of $9,397,873 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity. Northrup Grumman Innovation Systems Inc., Rocket Center, West Virginia, is awarded a $9,043,261 firm-fixed-price contract for construction of explosives storage magazines at Allegany Ballistics Laboratory, West Virginia. The work to be performed provides for construction of two new reinforced concrete earth-covered magazines for storage of ammunition and explosives. Work will be performed in Rocket City, West Virginia, and is expected to be completed by October 2022. Fiscal 2019 weapons procurement (Navy) contract funds in the amount of $9,043,261 are obligated on this award and will not expire at the end of fiscal year. This contract was procured as a sole-source with one proposal received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0048). Valiant Government Services LLC, Hopkinsville, Kentucky, is awarded an $8,954,557 indefinite-delivery/indefinite-quantity modification for the exercise of Option Number Three for base operations support services at Naval Facilities Engineering Command (NAVFAC) Europe Africa Central (EURAFCENT) area of responsibility (AOR). After award of this option, the total cumulative contract value will be $34,460,779. The work to be performed provides for all management and administration, facilities management and investment, janitorial, pest control, integrated solid waste, pavement clearance and environmental services. Work will be performed in the Province of Campania, Italy, to include the Municipalities of Capodichino and Gricignano di Aversa; and in the Province of Lazo, Italy, to include the Municipality of Gaeta. 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) contract funds in the amount of $7,534,052 for recurring work will be obligated on individual task orders issued during the third option period. NAVFAC EURAFCENT, Naples, Italy is the contracting activity (N62470-17-D-4011). Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $8,495,048 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5109 for the design, development and manufacture of AEGIS weapon system special test equipment in support of AEGIS integrated logistics services. Work will be performed in Moorestown, New Jersey, and is expected to be completed by November 2026. Fiscal 2020 Missile Defense Agency defense-wide working capital funds in the amount of $8,495,048 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. AECOM Technical Services Inc., Los Angeles, California, is awarded an $8,483,907 cost-plus-award-fee modification to task order N62742-18-F-0126 under an indefinite-delivery/indefinite-quantity contract for investigation and remediation of releases and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed under this modification provides supplemental work required by the regulators, such as continuous soil gas monitoring systems, continued additional groundwater and drinking water sampling and evaluation, monitoring well installation, additional groundwater modelling and a potential pilot groundwater tracer test. Work will be performed in Oahu, Hawaii, and is expected to be completed by January 2023. Fiscal 2020 Defense working capital funds in the amount of $8,483,907 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-D-1800). Aviall Services Inc., Dallas Fort Worth Airport, Texas, is awarded a $7,670,728 firm-fixed-price order N00019-20-F-0110 against previously issued basic ordering agreement SPE4A1-19-G-0005. This order provides for the production and delivery of seven MQ-8C Fire Scout engines; four electronic engine controls; two fuel metering units; and 25 Scavenge oil filters for the Navy. Work will be performed in Indianapolis, Indiana (95%); and Dallas Fort Worth Airport, Texas (5%), and is expected to be completed in May 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,760,848; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $909,880 will be obligated at time of award, $909,880 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Assurance Technology Corp., Carlisle, Massachusetts, is awarded a $7,306,620 cost-plus-fixed-fee contract for software definable/reconfigurable systems: design, development, support and integration. This contract includes options which, if exercised, would bring the cumulative value to $38,651,676‬. The services to be acquired consist of continuing research and development support of technology advancements, system requirements definition, architecture development, and system and unit design, development and transition to operational use. Work will be performed at the contractor facility in Carlisle, Massachusetts (50%); and Washington, D.C. (50%), and is expected to be completed by Sept. 30, 2025. Fiscal 2020 research, development, test, and evaluation (Navy) in the amount of $50,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with one offer received via Contract Opportunities. This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-20-C-2025). Alliant Techsystems Operations LLC, Northridge, California, is awarded a $7,041,566 cost-plus-fixed-fee, firm-fixed-price order (N00019-20-F-0271) against previously issued basic ordering agreement N00019-17-G-0011. This order provides non-recurring engineering support to address hardware and software obsolescence related to special test equipment, to include the Front End Assembly (FEA) test station, Visual Test System, Millimeter Wave (MMW) transceiver test station and the MX-12348/USM cable assembly set interface device. Additionally, this order provides for the production and delivery of five FEA test stations; four MMW test stations; and 15 Visual Test Systems in support of production for all fleet and Foreign Military Sales (FMS) customers; six MX-12348/USM cable assembly set interface devices, two for the Navy; three for the government of Germany; and one for the government of Australia; and four MX-12307/GYQ-79 cable assembly sets, three for the government of Germany and one for the government of Australia, in support of the Advanced Anti-Radiation Guided Missile program for the Navy and FMS customers. Work will be performed in Northridge, California (96%); Torrance, California (2%); and Rome, Italy (2%), and is expected to be completed in February 2023. Fiscal 2020 weapons procurement (Navy) funds in the amount of $4,979,877; and FMS funds in the amount of $2,061,689 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. CORRECTION: The contract announced on Sept. 25, 2020, for DSA LLC, Gadsden, Alabama (N40080-20-D-0303) for $8,685,458 had an incorrect award and cumulative contract value amounts. The correct award amount is $9,880,552 and the cumulative contract value amount is $49,402,758. ARMY ASIRTek Federal Services LLC,* San Antonio, Texas (W9124J-20-D-0019); Bacik Group,* Pelham, Alabama (W9124J-20-D-0020); Beshenich Muir & Associates LLC,* Leavenworth, Kansas (W9124J-20-D-0021); Decision Point GAP Solutions JV LLC,* Gaithersburg, Tennessee (W9124J-20-D-0022); FITT Scientific LLC,* Colonial Heights, Virginia (W9124J-20-D-0023); Government & Defense Support Services LLC,* Tyrone, Georgia (W9124J-20-D-0024); Hager Development Group LLC,* Virginia Beach, Virginia (W9124J-20-D-0025); Innovative Reasoning LLC,* Orlando, Florida (W9124J-20-D-0026); IntellecTechs Inc.,* Virginia Beach, Virginia (W9124J-20-D-0027); International Service Contractors,* Winter Garden, Florida (W9124J-20-D-0028); Milvets Systems Technology Inc.,* Orlando, Florida (W9124J-20-D-0029); Offset Systems Group LLC,* Huntsville, Alabama (W9124J-20-D-0030); Red River Science & Technology LLC,* Lawton, Oklahoma (W9124J-20-D-0031); The Logistics Co. Inc.,* Fayetteville, North Carolina (W9124J-20-D-0032); Vali Inc.,* Brownsboro, Alabama (W9124J-20-D-0033); and Veritiss LLC,* Reston, Virginia (W9124J-20-D-0034), will compete for each order of the $414,500,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract to provide garrison augmentation support services in support of mobilization/demobilization and deployment/redeployment activities at multiple Army garrisons in the continental U.S., Alaska, Hawaii and Puerto Rico. Bids were solicited via the internet with 27 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2030. The U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity. Raytheon Co., Tucson, Arizona, was awarded a $398,329,554 modification (P00031) to contract W31P4Q-17-C-0194 for tube-launched, optically tracked, wire-guided missiles (TOW), TOW obsolescence and safety missiles and practice missiles. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 30, 2022. Fiscal 2017, 2019 and 2020 missile procurement (Army); 2019 and 2020 procurement (Defense-wide) funds; and 2018 and 2019 defense revolving funds in the amount of $398,329,553 were obligated at the time of the award. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Honeywell International Inc., Phoenix, Arizona, was awarded a $258,664,388 firm-fixed-price for overhaul/repair of T55-GA-714A engines for the CH-47 Chinook. 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 July 31, 2021. The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0098). TRAX International Corp., Las Vegas, Nevada, was awarded a $90,045,872 modification (P00048) to contract W9124R-18-C-0001 for non-personal test support services at Yuma Proving Ground, Arizona. 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, 2021. The 418th Contracting Support Brigade, Yuma, Arizona, is the contracting activity (W9124R-18-C-0001). American Ordnance LLC, Middletown, Iowa, was awarded a $76,556,603 firm-fixed-price contract for M795 trinitrotoluene load assemble and pack. One bid was solicited with one bid received. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2025. Fiscal 2018, 2019 and 2020 procurement of ammunition (Army) funds in the amount of $76,556,603 were obligated at the time of the award. The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-C-0035). Professional Contract Services Inc., Austin, Texas, was awarded a $62,023,797 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for facility maintenance, repair support services and minor construction at Detroit Arsenal, Warren, Michigan. One bid was solicited with one bid received. Work will be performed in Warren, Michigan, with an estimated completion date of June 30, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $1,381,562 were obligated at the time of the award. The U.S. Army Contracting Command, Detroit, Michigan, is the contracting activity (W56HZV-20-C-L859). Northrop Grumman Systems Corp., Orlando, Florida, was awarded a $49,000,000 firm-fixed-price contract for the Wideband Training and Certification System, Version 2. 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. 27, 2025. The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0015). Turtle Reef Holdings LLC,* Alexandria, Virginia (W15QKN-20-D-0047); Defense Analytics LLC,* Reston, Virginia (W15QKN-20-D-0049); Sehlke Consulting LLC,* Arlington, Virginia (W15QKN-20-D-0050); Lynch Consultants LLC,* Arlington, Virginia (W15QKN-20-D-0051); and Microtechnologies LLC,* Vienna, Virginia (W15QKN-20-D-0052), will compete for each order of the $38,756,039 firm-fixed-price contract to provide professional support services, studies and analyses for Headquarters, Department of the Army. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2023. The U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. CDW Government LLC, Vernon Hills, Illinois, was awarded a $34,183,380 firm-fixed-price contract to purchase laptop computers for U.S. Army Reserve Command. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2021. The 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W91247-20-F-0546). Sauer Inc., Jacksonville, Florida, was awarded a $30,067,000 firm-fixed-price contract for renovation of Building 416 at Fort Myer, Arlington, Virginia. Bids were solicited via the internet with seven received. Work will be performed in Arlington, Virginia, with an estimated completion date of Nov. 14, 2022. Fiscal 2020 and 2021 operations and maintenance (Army) funds in the amount of $30,067,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0050). Mike Hooks LLC, West Lake, Louisiana, was awarded a $25,145,900 firm-fixed-price contract for removal of material from the Calcasieu River ship channel. Bids were solicited via the internet with three received. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of June 10, 2021. Fiscal 2020 civil construction funds in the amount of $25,145,900 were obligated at the time of the award. The U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0068). Pacific Federal-Pacific Tech JV 1 LLLP,* Longview, Washington (W9127N-20-D-0003); RJS Construction Inc.,* Washougal, Washington (W9127N-20-D-0004); and TSI Engineering Inc.,* North Highlands, California (W9127N-20-D-0005), will compete for each order of the $20,000,000 firm-fixed-price contract for design-build of small construction projects for the Army Corps of Engineers, Portland District, Portland, Oregon. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2025. The U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Radmacher Brothers Excavating Co. Inc., Pleasant Hill, Missouri, was awarded a $16,921,110 firm-fixed-price contract to repair Fort Leavenworth levees. Bids were solicited via the internet with two received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of Sept. 19, 2022. Fiscal 2020 civil construction funds in the amount of $16,921,110 were obligated at the time of the award. The U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4016). Heffler Contracting Group,* El Cajon, California, was awarded a $16,625,637 firm-fixed-price contract for the full facility restoration of Building 295 at Fort Hunter Liggett, California. Bids were solicited via the internet with eight received. Work will be performed at Fort Hunter Liggett, California, with an estimated completion date of Sept. 28, 2022. Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $16,625,637 were obligated at the time of the award. The U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0055). Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $16,224,669 cost-plus-fixed-fee contract for excavation/remedial action of contaminated soils at the Formerly Utilized Sites Remedial Action Program/DuPont Chambers work sites in Deepwater, New Jersey. 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. The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-F-0094). Gannett-Fleming Inc., Camp Hill, Pennsylvania (W912EE-20-D-0012); Stantec Consulting Services Inc., Nashville, Tennessee (W912EE-20-D-0013); and West Consultants Inc.,* San Diego, California (W912EE-20-D-0014), will compete for each order of the $15,000,000 firm-fixed-price contract for hydraulic/hydrological engineering, modeling, design and associated engineering support services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2025. The U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity. Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $13,999,667 firm-fixed-price contract for roof repair at a Pentagon remote delivery facility. Bids were solicited via the internet with two received. Work will be performed in Arlington, Virginia, with an estimated completion date of April 26, 2022. Fiscal 2018 defense revolving funds in the amount of $13,999,667 were obligated at the time of the award. The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0061). Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $13,800,000 firm-fixed-price contract for removal and disposal of shoal material excavated from the Atchafalaya River Bay. Bids were solicited via the internet with two received. Work will be performed in Berwick, Louisiana, with an estimated completion date of April 28, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $13,800,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0075). https://www.defense.gov/Newsroom/Contracts/Contract/Article/2364180/source/GovDelivery/

  • COVID-19 further delaying some overdue military procurements

    29 septembre 2020 | Local, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    COVID-19 further delaying some overdue military procurements

    Lee Berthiaume OTTAWA — While the federal government is pressing ahead with plans to buy billions of dollars worth of much-needed equipment for the Canadian Armed Forces, the Department of National Defence's top procurement official says COVID-19 is further slowing down some already delayed purchases. The past six months have seen a number of major milestones for Canada's beleaguered military procurement system, including last week's unveiling of the first of 16 new military search-and-rescue planes after 16 years of delays and controversy. Procurement officials are also now reviewing three bids that were received from fighter-jet makers at the end of July as Canada inches closer to selecting a replacement for the aging CF-18s following more than a decade of political mismanagement. The list of recent successes also includes Halifax-based Irving Shipbuilding having delivered the first of six new Arctic offshore patrol vessels in late July, while progress has been made on a number of other files, such as the long-overdue purchase of new engineering vehicles for the Army. Yet some of those milestones would have been achieved earlier had it not been for COVID-19. And Troy Crosby, the Defence Department's assistant deputy minister of materiel, acknowledges many other projects are being affected as well. That includes the more than 100 military procurements — roughly half of them dealing with new equipment and the rest focused on building new infrastructure on Canadian Forces bases across the country — that were listed as already delayed before the pandemic hit. "COVID didn't speed anything up," Crosby said in an interview with The Canadian Press. "I think everybody would understand that that's going to have some impact. And exactly what that impact is difficult to tell right now." Delays in military procurements can have several impacts. In some cases such the CF-18s, the Canadian Armed Forces is being forced to keep using equipment that was supposed to have been retired years ago. In others, delays drive up the cost of the new purchases due to inflation. The projects most likely to be delayed due to COVID-19 are those in production, Crosby said. Examples include the construction of new naval ships by Irving and Seaspan ULC in Vancouver, which have had to adopt physical distancing and other COVID-19 measures at their shipyards. "For the projects that are at a stage where the work is office-based ... once we got over that initial hump as everybody had to as we moved toward a remote-work posture, the work continued," said Crosby. "If you're in a shipyard and you're trying to advance the production of a ship given all of the physical distancing requirements and the health and safety considerations, that's challenging." Crosby has previously argued much of the frustration around military procurement is the result of unrealistic expectations born of a lack of understanding and appreciation for how the system — which is dealing with more projects than at any time in recent history — actually works. COVID-19 has also prompted speculation the Liberal government could start cutting back on its promise, unveiled in 2017, to spend $553 billion on the military over the next 20 years. Defence Minister Harjit Sajjan told The Canadian Press earlier this month that the funding is "secure." Asked about the spending plan — which is contained in the Liberals' defence policy and known as Strong, Secure, Engaged — Crosby said: "Strong Secure Engaged continues to be our focus and it laid out a program of work and we're trying to get that program of work delivered. "It's been that way right through this whole COVID situation. That hasn't changed anything. ... The people in the materiel group, the people we're working with across government, we're all seized with the program forward." This report by The Canadian Press was first published Sept. 28, 2020. https://www.kamloopsthisweek.com/news/covid-19-further-delaying-some-overdue-military-procurements-1.24211049

  • Contract Awards by US Department of Defense – September 25, 2020

    28 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 25, 2020

    U.S. SPECIAL OPERATIONS COMMAND U.S. Special Operations Command (USSOCOM), Tampa, Florida, awarded 46 indefinite-delivery/indefinite-quantity contracts worth a maximum $950,000,000 for Special Operations Forces Core Support services in support of USSOCOM enterprise requirements in the U.S. and globally. Contracted subject matter expertise and knowledge-based services will support education, training, engineering, technical, professional, administrative, management support, program management and other requirements. Funding shall be provided on a delivery order basis. Fiscal 2020 operations and maintenance funds will be used to satisfy a $2,500 contract minimum guarantee. The contracts were awarded competitively using Federal Acquisition Regulation Part 15 procedures. This list of awardees has been updated based on the result of Small Business Administration size challenges and corrective action taken from Government Accountability Office protests. The following companies were awarded: Core One Solutions LLC, Sterling, Virginia (H92400-20-D-0002); Crisis Response Co. LLC, Keller, Texas (H92400-20-D-0003); Consulting Services Group LLC, Herndon, Virginia (H92400-20-D-0004); D3 Air and Space Operations Inc., St. Augustine, Florida (H92400-20-D-0005); Defense Acquisition Inc., Huntsville, Alabama (H92400-20-D-0006); EnGenius, Huntsville, Alabama (H92400-20-D-0007); Firebird AST, Arlington, Virginia (H92400-20-D-0008); Federal Information Systems Inc., San Antonio, Texas (H92400-20-D-0009); FITT Scientific LCC, Colonial Heights, Virginia (H92400-20-D-0010); Gemini Industries Inc., Burlington, Massachusetts (H92400-20-D-0011); Global Dimensions LLC, Fredericksburg, Virginia (H92400-20-D-0012); Geo Owl LLC, Wilmington, North Carolina (H92400-20-D-0013); Iron EagleX, Tampa, Florida (H92400-20-D-0014); INTEROP-ISHPI JV LLC, Virginia Beach, Virginia (H92400-20-D-0015); ITELITRAC Inc., Ashburn, Virginia (H92400-20-D-0016); K2 Solutions Inc., Southern Pines, North Carolina (H92400-20-D-0018); Legion Systems LLC, Tampa, Florida (H92400-20-D-0019); Lukos LCC, Tampa, Florida (H92400-20-D-0020); METIS Celestar JV LLC, Tampa, Florida (H92400-20-D-0021); MHM Innovations Inc., Fairfax, Virginia (H92400-20-D-0022); Nisga'a Tek LLC, Chantilly, Virginia (H92400-20-D-0023); OSCAR DEUCE LLC, Virginia Beach, Virginia (H92400-20-D-0024); Prescient Edge Corp., McLean (H92400-20-D-0025); ProCleared LLC, Chantilly, Virginia (H92400-20-D-0026); Preting LLC, Springfield, Virginia (H92400-20-D-0027); Quiet Professionals, Tampa, Florida (H92400-20-D-0028); R3 Strategic Support Group Inc., Coronado, California (H92400-20-D-0029); The Red Gate Group Ltd., Chantilly, Virginia (H92400-20-D-0030); RMGS Inc., Virginia Beach, Virginia (H92400-20-D-0032); Special Applications Group, Tampa, Florida (H92400-20-D-0033); SOLUTE Inc., San Diego, California (H92400-20-D-0034); Arrow Security and Training LLC, Nashua, New Hampshire (H92400-20-D-0035); Spathe Systems LLC, Tampa, Florida (H92400-20-D-0036); Strategic Solutions Unlimited Inc.; Fayetteville, North Carolina (H92400-20-D-0037); Streamline Defense LLC, Tampa, Florida (H92400-20-D-0038); T3i Inc., Imperial Beach, California (H92400-20-D-0039); TriDcor JV LLC, Wesley Chapel, Florida (H92400-20-D-0040); Tyoneck Global Services LLC, Anchorage, Alaska (H92400-20-D-0041); Threat Tec LLC, Hampton, Virginia (H92400-20-D-0042); Universal Strategy Group Inc., Franklin, Tennessee (H92400-20-D-0043); Vistra Communications LLC, Lutz, Florida (H92400-20-D-0044); VxL Enterprise LLC, Alexandria, Virginia (H92400-20-D-0045); Walsingham Group Inc., Fayetteville, North Carolina (H92400-20-D-0046); Webworld Technologies Inc., Fairfax, Virginia (H92400-20-D-0047); ATSG Corp., Fairfax (H92400-20-D-0048); and Delan Associates Inc., Freeport, New York (H92400-20-D-0049). ARMY ECRMJV LLC,* Milton, Florida (W9127S-20-D-6002); Encompass IDBO LLC,* Overland Park, Kansas (W9127S-20-D-6004); Global Engineering and Construction LLC,* Renton, Washington (W9127S-20-D-6006); Royce Construction Services LLC,* Reston, Virginia (W9127S-20-D-6008); and SES Construction and Fuel Services LLC,* Oak Ridge, Tennessee (W9127S-20-D-6010), will compete for each order of the $240,000,000 firm-fixed-price contract in support of the Army Medical Command's sustainment, restoration and modernization program. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2025. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity. Day and Zimmermann Inc., Parsons, Kansas, was awarded a $92,700,000 modification (P00010) to contract W15QKN-17-C0112 for production of M1061 60 mm high-explosive mortar cartridges. Work will be performed in Parsons, Kansas, with an estimated completion date of Sept. 27, 2021. Fiscal 2019 and 2020 procurement of ammunition (Army) funds in the amount of $7,709,762 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. CUBRC Inc., Buffalo, New York, was awarded a $71,343,113 cost-plus-fixed-fee contract for research, operations and maintenance support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-D-0047). Kiewit Infrastructure South Co., Sunrise, Florida, was awarded a $40,502,895 firm-fixed-price contract for construction of levee structures and gated box culverts equipped with dewatering apparatus features. Bids were solicited via the internet with two received. Work will be performed in Miami, Florida, with an estimated completion date of Nov. 6, 2024. Fiscal 2020 civil construction funds in the amount of $40,502,895 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0024). Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $38,662,174 modification (P00053) to contract W52P1J-15-C-0078 for installation support operations and other support services. Work will be performed in Doha, Qatar, with an estimated completion date of March 29, 2021. Fiscal 2020 operations and maintenance (Defense-wide) funds in the amount of $37,576,641 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Honeywell, Phoenix, Arizona, was awarded a $26,224,706 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for program management, field service support, production support and systems technical support for the Automotive Gas Turbine Engine 1500 Engine. Bids were solicited via the internet with one received. Work will be performed in Phoenix, Arizona; and Anniston, Alabama, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 weapons and tracked combat vehicle procurement (Army) funds; and 2020 Army working capital funds in the amount of $26,224,706 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0390). International Enterprise Inc., Talladega, Michigan, was awarded a $26,177,663.00 firm-fixed-price contract to provide test, teardown and evaluation and repair of the components of the Integrated Helmet and Display Sight System of the AH-64 Apache attack helicopter. 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, 2023. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0113). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $25,168,702 modification (P00440) to contract W56HZV-15-C-0095 for interim contractor support for fielding for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 other procurement (Army) funds in the amount of $25,168,702 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Sherpa 6 Inc.,* Littleton, Colorado, was awarded a $24,565,468 cost-plus-fixed-fee contract to develop a variety of technologies to support research and development concept prototype components for dismounted Soldier mission command systems, the Integrated Visual Augmentation System and Nett Warrior. Bids were solicited via the internet with one received. Work will be performed in Littleton, Colorado, with an estimated completion date of Sept. 30, 2024. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $2,100,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0102). Quality Enterprises USA Inc., Naples, Florida, was awarded a $24,356,076 firm-fixed-price contract to construct seven miles of levee and associated conveyance canal, install a triple-barrel culvert in the existing Lipman Canal and another in the conveyance canal, install a double-barrel culvert through the levee, construct an access road to the levee and resurface an existing road. Bids were solicited via the internet with six received. Work will be performed in Naples, Florida, with an estimated completion date of Sept. 24, 2023. Fiscal 2020 civil works funds in the amount of $24,356,076 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0016). Mike Hooks LLC, Westlake, Louisiana, was awarded a $24,000,000 firm-fixed-price contract for rental of a 27-30 inch cutterhead pipeline dredge. 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 Nov. 25, 2021. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0078). Structural Associates Inc.,* East Syracuse, New York, was awarded a $21,731,500 firm-fixed-price contract for construction of a Unmanned Aircraft Systems Shadow hangar. Bids were solicited via the internet with two received. Work will be performed at Fort Drum, New York, with an estimated completion date of Sept. 25, 2022. Fiscal 2018 and 2020 military construction (Army) funds in the amount of $21,731,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0025). Ashford Leebcor,* Williamsburg, Virginia, was awarded a $19,717,932 firm-fixed-price contract for construction of an approximately 38,880 gross square-foot aircraft maintenance building. Bids were solicited via the internet with six received. Work will be performed in Garden City, Georgia, with an estimated completion date of April 30, 2022. Fiscal 20202 military construction (Army National Guard) funds in the amount of $19,717,932 were obligated at the time of the award. U.S. Property and Fiscal Office, Georgia, is the contracting activity (W50S70-20-C-0002). Technomics Inc.,* Arlington, Virginia, was awarded an $18,112,824 firm-fixed-price contract for cost, economic and technical analysis for combat weapon systems, combat support and combat service support systems, information management systems, as well as associated acquisition and financial management reporting. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0116). The Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $17,777,800 modification (P00012) to contract W911S7-20-C-0002 for full food service at Fort Leonard Wood. Work will be performed at Fort Leonard Wood, Missouri, with an estimated completion date of Feb. 5, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $16,341,430 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. General Dynamics Mission System Inc., Taunton, Massachusetts, was awarded a $17,458,284 modification (P00006) to contract W15P7T-19-F-0144 for logistics and fielding support services for Product Manager Tactical Network-Mission Network. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Sept. 27, 2021. Fiscal 2018 and 2020 other procurement (Army) funds in the amount of $12,469,656 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $16,005,560 modification (P00437) to contract W56HZV-15-C-0095 to provide total package fielding for the Joint Light Tactical Vehicle at various locations. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 other procurement (Army) funds in the amount of $16,005,560 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. SpawGlass Contractors Inc., Selma, Texas, was awarded a $15,459,784 firm-fixed-price contract to renovate two facilities as part of the McAllen Central Processing Center. Bids were solicited via the internet with four received. Work will be performed in McAllen, Texas, with an estimated completion date of Nov. 10, 2021. Fiscal 2020 civil construction funds in the amount of $15,459,784 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0042). Manson Construction Co., Seattle, Washington was awarded a $15,037,000 firm-fixed-price contract for dredging the Mississippi River. Bids were solicited via the internet with four received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Nov. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $15,037,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0073). The Dutra Group, San Rafael, California, was awarded a $15,000,000 firm-fixed-price contract for dredging in Alabama, Mississippi and Florida. 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 Nov. 25, 2021. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0079). Supplied Industrial Solutions Inc., Granite City, Illinois, was awarded a $14,293,064 firm-fixed-price contract for structural, stability, process, mechanical and electrical modifications to seven existing pump stations. Bids were solicited via the internet with three received. Work will be performed in Kansas City, Kansas, with an estimated completion date of Sept. 25, 2023. Fiscal 2020 civil construction funds in the amount of $14,293,064 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-1117). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a 14,129,939 modification (PZ0002) to contract W56HZV-20-D-0011 for Stryker Anti-Tank Guided Missile vehicle kits. 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 April 18, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0011). The Boeing Co., Mesa, Arizona, was awarded a $12,539,230 cost-plus-fixed-fee contract to develop the technologies required to design, build and test a high-reduction ratio transmission that accomplishes a nominal 60-to-1 gear reduction in two stages or less, in a lightweight, compact package. Bids were solicited via the internet with two received. Work will be performed in Mesa, Arizona, with an estimated completion date of Sept. 29, 2025. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $12,539,230 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-20-C-0071). Promega Corp., Madison, Wisconsin, was awarded an $11,500,000 firm-fixed-price contract for the purchase of customized reagents and consumables. 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. 24, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-A-0008). Lowry Holding Co. Inc.,* Brighton, Michigan, was awarded an $11,268,202 firm-fixed-price contract to purchase hand-held tablets for the Army National Guard. Bids were solicited via the internet with one received. Work will be performed in Chester, Virginia, with an estimated completion date of Nov. 25, 2020. Fiscal 2020 National Guard and Reserve equipment (Defense) funds in the amount of $11,268,202 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0647). Integrated Environmental Solutions Inc.,* Gary, Indiana, was awarded an $11,017,384 firm-fixed-price contract to increase crest elevation of an 8,833-foot-long compacted clay dike and widening a 2,000-foot-long segment of the dike. Bids were solicited via the internet with two received. Work will be performed in East Chicago, Indiana, with an estimated completion date of Dec. 31, 2022. Fiscal 2020 civil construction funds in the amount of $11,017,384 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois is the contracting activity (W912P6-20-C-0016). Donald L. Mooney LLC doing business as Nurses Etc. Staffing, San Antonio, Texas, was awarded an $8,676,184 firm-fixed-price contract to provide licensed vocational nurses and certified nurse assistants for the San Antonio Military Healthcare System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2021. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-20-D-0021). Aerovironment Inc,* Simi Valley, California, was awarded an $8,371,332 firm-fixed-price contract for a Puma unmanned aircraft systems, initial spares, contractor logistics support, reconnaissance, surveillance and target acquisition, vampire and kestral software, launchers and new equipment training. Bids were solicited via the internet with one received. Work will be performed in Simi Valley, California, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 Iraq country funds in the amount of $8,371,332 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-C-0043). Manson Construction Co., Seattle, Washington, was awarded an $8,345,500 firm-fixed-price contract for dredging of the Freeport Harbor, entrance and jetty channel. Bids were solicited via the internet with one received. Work will be performed in Freeport, Texas, with an estimated completion date of Dec. 25, 2020. Fiscal 2019 and 2020 civil operations and maintenance funds in the amount of $8,345,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-F-0052). Harry Pepper and Associates Inc., Jacksonville, Florida, was awarded an $8,170,822 firm-fixed-price contract for construction of Pump Station S-705 in Miami-Dade County, Florida. Bids were solicited via the internet with two received. Work will be performed in Homestead, Florida, with an estimated completion date of Aug. 22, 2022. Fiscal 2020 civil construction funds in the amount of $8,170,822 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0020). Alutiiq General Contractors LLC,* Anchorage, Alaska, was awarded a $7,822,077 firm-fixed-price contract for seismic upgrades, heating, ventilation, and air conditioning replacement, roof replacement and locker room renovations to Building 7116 at Camp Rilea Air National Guard Station. Bids were solicited via the internet with four received. Work will be performed in Warrenton, Oregon, with an estimated completion date of Feb. 2, 2022. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $7,822,077 were obligated at the time of the award. U.S. Property and Fiscal Office, Oregon, is the contracting activity (W50S8Y-20-C-5000). Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $7,255,289 modification (P00204) to contract W31P4Q-08-C-0418 to provide support for the Integrated Battle Command System extended limited user test and additional test events. Work will be performed in Huntsville, Alabama; Fort Bliss, Texas; and White Sands Missile Range, New Mexico, with an estimated completion date of March 26, 2021. Fiscal 2020 research, development, test, and evaluation (Army) funds in the amount of $7,255,289 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MISSILE DEFENSE AGENCY Raytheon Technologies, Woburn, Massachusetts is being awarded a sole-source contract in the amount of $212,760,106 under a Foreign Military Sale (FMS) case to the United Arab Emirates (UAE). The contract type will be a hybrid firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee and cost-reimbursement contract. The contractor will provide one Prime Power Unit and five years of sustainment services for two Terminal High Altitude Area Defense Army/Navy Transportable Radar Surveillance and Control-Series 2 (AN/TPY-2) Radars for this contract. The work will be performed in Woburn, Massachusetts, and some support services will be provided in-country. The performance period is Oct. 1, 2020, through Sept. 30, 2025. UAE FMS funds in the amount of $212,760,106 will be used to fund this effort. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0862-20-C-0001). NAVY Moffatt and Nichol – Burns and McDonnell Hawaii, Honolulu, Hawaii, is awarded an indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $99,000,000 for architect-engineer services for various waterfront projects and other projects primarily under the cognizance of the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). Initial task order is being awarded at $9,277,279 for a design to repair wharves at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The work to be performed provides for architect-engineer services for new construction and/or repair and renovation of piers, wharves, bulkheads, drydocks, caissons, waterfront facilities, such as warehouses or waterfront operations buildings and bridges. Work for this task order is expected to be completed by February 2022. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Hawaii AOR including Hawaii (100%). 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) contract funds in the amount of $9,277,279 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy) planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Hawaii, JBPHH, Hawaii, is the contracting activity (N62478-20-D-5035). Omega Aerial Refueling Services Inc., Alexandria, Virginia, is awarded an $84,200,232 firm-fixed-price, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides contractor owned contractor operated Air-to-Air Refueling “probe and drogue” type refueling services to probe equipped receivers for receiver pilot initial qualifications, recurring pilot refresher readiness training and supporting fleet exercises for Department of Defense agencies, Department of Navy fleet and test customers, Foreign Military Sales customers and government contractors. Work will be performed in Riverside, California (55%); Brunswick, Georgia (40%); and various locations outside the continental U.S. (5%), and is expected to be completed in September 2022. 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 Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0120). Lockheed Martin Corp., Fort Worth, Texas, is awarded a $63,887,625 cost-plus-fixed-fee order (N00019-20-F-0443) against previously issued basic ordering agreement N00019-19-G-0008. This order provides for the L12 Diminishing Manufacturing Sources redesign effort in support of the F-35 aircraft for Air Force, Navy and non-Department of Defense (DoD) customers. Specifically, this order provides non-recurring engineering in support of redesigned end products for the Tactical Navigation System Inertial Electronics Unit/Inertial Measurements Unit, Electronic Warfare/Counter Measures Aperture Electronics Module (EW/CM AEM), Aircraft Exterior Lighting, EW/CM Electronic Warfare Controllers and EW/CM Counter Measure Controller. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2027. Fiscal 2018 aircraft procurement (Air Force) funds in the amount of $13,066,197; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $13,190,337; fiscal 2019 aircraft procurement (Navy) funds in the amount of $26,256,538; and non-DoD participant funds in the amount of $11,374,553, will be obligated at time of award, $13,066,197 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded a $46,050,075 modification (P00033) to previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm-target, firm-fixed-price contract N00019-17-C-0015. This modification exercises options in support of the V-22 Common Configuration-Readiness and Modernization (CC-RAM) effort and upgrades three MV-22 aircraft from a Block B to Block C configuration in support of the Navy. Additionally, this modification procures new tooling in support of V-22 production, supports life of type buys for the anti-collision light system power supply, lamp drive control display unit and enhanced standby flight instrument, modifies government-owned tools and provides for future CC-RAM in-service repair support as well as production systems engineering and program management support for the Navy, Air Force and the government of Japan. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in March 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $45,287,445; fiscal 2020 operations and maintenance (Navy) funds in the amount of $473,200; fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,263; fiscal 2018 aircraft procurement (Navy) funds in the amount of $249,893; fiscal 2018 aircraft procurement (Air Force) funds in the amount of $8,039; and Foreign Military Sales funds in the amount of $2,233 will be obligated at time of award, $731,132 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $45,260,184 firm-fixed-price modification to previously awarded contract N00024-18-C-5407 for procurement of fiscal 2020 Navy Standard Missile-2 and Standard Missile-6 depot and intermediate level provisioned items ordered spares. Work will be performed in Tucson, Arizona (41%); Camden, Arkansas (40%); Joplin, Missouri (5%); Anaheim, California (3%); Andover, Massachusetts (3%); Minneapolis, Minnesota (3%); and miscellaneous locations - each less than 1% (5%), and is expected to be completed by March 2023. Fiscal 2020 operations and maintenance (Navy; 67%); fiscal 2018 weapons procurement (Navy; 15%); fiscal 2020 weapons procurement (Navy; 13%); fiscal 2014 shipbuilding and conversion (Navy; 4%); and fiscal 2019 weapons procurement (Navy; 1%) funding in the amount of $45,260,184 will be obligated at time of award, of which, funds in the amount of $36,899,712 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Significance Inc.,* Annapolis, Maryland, is awarded a $40,000,000 indefinite-delivery/indefinite-quantity contract for services in support of the Department of the Navy's (DoN) real property management system and financial management systems at various locations in the Naval Facilities Engineering Command area of responsibility, to include overseas locations. The contract provides for a broad range of program support to the DoN for management of all real property, from initial acquisition and receipt, through accountability and custody, until formally relieved of accountability. The initial task order is being awarded at $1,725,665 to provide real property program support, data and systems support and financial systems support for the DoN's real property program and financial system transition. The predominance of work will be performed in the National Capital Region (95%), with other periodic work at various stateside and overseas locations (5%). Work for this task order is expected to be completed by September 2021. The term of the contract is not to exceed 36 months, with an expected completion date of September 2023. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $1,725,665 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 beta.SAM.gov website with five proposals received. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0019). Patriot Contract Services LLC, Concord, California, is awarded a $36,704,432 modification for the fixed-price portion of previously awarded contract N00033-14-C-3210 to fund the operation and maintenance of eight government-owned, contractor-operated Watson-class large, medium-speed roll-on/roll-off ships. The vessels covered under this contract are USNS Watson (T-AKR 310); USNS Sisler (T-AKR 311); USNS Dahl (T-AKR 312); USNS Red Cloud (T-AKR 313); USNS Charlton (T-AKR 314); USNS Watkins (T-AKR 315); USNS Pomeroy (T-AKR 316); and USNS Soderman (T-AKR 317). This modification exercises the six-month option period to the bridge that was awarded April 1, 2020. The ships will continue to support Military Sealift Command's world-wide prepositioning requirements. Work will be performed at sea worldwide beginning Oct. 1, 2020, and is expected to be completed by March 30, 2021. Working capital funds in the amounts of $34,353,820 (Navy); and $2,350,612 (transportation), totaling 36,704,432, are obligated for fiscal 2021, covering the six-month option period's daily operating hire and will not expire at the end of the fiscal year. This bridge was not competitively procured and was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Navy Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-14-C-3210). Vericor Power Systems LLC, Alpharetta, Georgia, is awarded a $29,020,139 firm-fixed-price, indefinite-delivery/indefinite-quantity contract, for the repair of the Navy ETF40B Gas Turbine Power Producer Group (PPG). The PPGs are used on the landing craft, air cushion. The contract will have a five year ordering period. Work will be performed in Winnipeg, Canada (85%); and Alpharetta, Georgia (15%), and is expected to be completed by September 2026. Fiscal 2020 operations and maintenance (Navy) funding in the total amount of $900,000 will be obligated at time of award and will expire at the end of the 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 Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4043). Crowley Government Services Inc., Jacksonville, Florida, is awarded a $26,290,578 modification for the firm-fixed-price portion of previously awarded contract N62387-15-C-3135 for operation and maintenance of six government-owned maritime prepositioning force vessels: USNS 2nd LT John P. Bobo (T-AK 3008); USNS PFC Dewayne T. Williams (T-AK 3009); USNS 1st LT Baldomero Lopez (T-AK 3010); USNS 1st LT Jack Lummus (T-AK 3011); USNS SGT William R. Button (T-AK 3012); and USNS GYSGT Fred W. Stockham (T-AK 3017). This modification exercises Federal Acquisition Regulation 52-217-8, option to extend services of this contract. The vessels will continue to support Military Sealift Command world-wide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by March 31, 2021. Working capital funds (Navy) in the amount of $26,290,578 are obligated for fiscal 2021, and will not expire at the end of the fiscal years. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-3135). Lockheed Martin Rotary Mission Systems, Manassas, Virginia, is awarded a $26,099,836 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00178-16-D-3001 for Ship self-defense system design and production. The total cumulative face value of the contract is $74,278,144. Work will be performed in Clearwater, Florida (90%); and Manassas, Virginia (10%), and is expected to be completed by May 2022. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are modified. The Naval Surface Warfare Center Dahlgren, Dahlgren, Virginia, is the contracting authority. Knight's Armament Co.,* Titusville, Florida, is awarded a $25,652,000 firm-fixed-price contract for procurement of 5.56mm small arms suppressor. This contract provides for 5.56mm small arms suppressors that will be used on the M27 Infantry Automatic Rifle, M4 Carbine and M4A1 Close Quarter Battle weapon. Work will be performed in Titusville, Florida, with an expected completion date of Sept. 20, 2027. The maximum dollar value, including a base ordering period of five years with two 12-month options, is $25,652,000. Fiscal 2018 procurement (Marine Corps) funds in the amount of $6,676,971 are being obligated at time of award and will not expire at the end of the current fiscal year. This contract was a sole-source, with one offer solicited and one offer received. The statutory authority permitting use of other than full and open competition for this action is 10 U.S. Code § 2304 (c)(1) as implemented by Federal Acquisition Regulation 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-20-D-1719). Saab Inc., East Syracuse, New York, is awarded a $25,229,565 fixed-price-incentive-fee contract for the production and delivery of two AN/SPN-50(V)1 Shipboard Air Traffic Radars and one installation and checkout kit for the Navy. Work will be performed in Syracuse, New York, and is expected to be completed in November 2022. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $11,521,900; and fiscal 2020 other procurement (Navy) funds in the amount of $13,707,655, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0072). Martin-Baker Aircraft Co. Ltd.,* Middlesex, United Kingdom, is awarded a $24,331,479 firm-fixed-price order (N00421-20-F-0268) against previously issued basic ordering agreement N00421-19-G-0004. This order provides for the production and delivery of 482 SKU-10A/A Survival Seat Kit Assemblies for the F-18 series aircraft and 188 SKU-11A/A Survival Seat Kit Assemblies for the T-45 aircraft in support of the Enhanced Emergency Oxygen System. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed in December 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $24,331,479 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. Sierra Nevada Corp., Sparks, Nevada, is awarded a $22,000,000 firm-fixed-price modification to previously awarded indefinite-delivery/indefinite-quantity contract M67854-14-D-2521. This modification is for the procurement of multi-function electronic warfare systems, components, prototypes, Engineering Change Proposals (ECPs), technical data packages and drawings, ancillary engineering support services and system maintenance, repair and sustainment. The total cumulative face value of the contract is $112,000,000. The contract modification is for research and development of ECPs to develop embedded network communication and improve graphic user interface for the existing Marine Corps Modi Family of Systems, which includes the Modi, Modi II and Mounted Vehicle Power Amplifier II systems and ancillaries. Work will be performed in Folsom, California (75%); and Sierra, Nevada (25%), and is expected to be completed by Feb. 26, 2024. Fiscal 2020 research, development, testing and evaluation (Marine Corps) funds in the amount of $12,705,467 will be obligated under task order M67854-20-F-2016 immediately following contract modification award and funds will not expire at the end of current fiscal year. This contract was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. InSynergy Engineering Inc.,* Honolulu, Hawaii, is awarded an indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $20,000,000 for architect-engineer (A-E) services for utility systems studies at various locations within the Naval Facilities Engineering Command (NAVFAC), Pacific area of responsibility (AOR). No task orders are being issued at this time. The work to be performed provides for A-E utility systems studies, including but not limited to, electrical utility system studies; mechanical utility system studies; civil utility system studies; mapping services; system operational modeling; facility project site notional renderings; supervisory control and data acquisition systems and utility operation center studies; and engineering services for various studies with associated multi-discipline A-E support services. Work will be performed at Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific AOR including, but not limited to, Hawaii (20%); Japan (20%); Northwest states (20%); Southwest states (20%); Guam (10%); and Diego Garcia (10%). 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 $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M (Marine Corps); and O&M (Air Force). This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0101). Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $16,505,002 firm-fixed-price order (N00019-20-F-0157) against previously issued basic ordering agreement N000191-9-G-0029. This order provides recurring and non-recurring engineering support associated with the incorporation of 39 deployable configuration changes that align lot one configuration aircraft, via retrofit, with Lot Two and Lot Three low rate initial production aircraft, in support of the CH-53K program. Work will be performed in West Palm Beach, Florida (80%); and Stratford, Connecticut (20%), and is expected to be completed in November 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $16,505,002 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. Raytheon Technologies Missiles and Defense, Marlborough, Massachusetts, is awarded an $11,639,155 firm-fixed-price and cost-plus-fixed-fee delivery order (N00024-20-F-5113) under previously awarded basic ordering agreement N00024-19-G-5107 for the production of Aegis spares and ordnance alteration kits. This order includes options which, if exercised, would bring the cumulative value of this order to $11,796,122. This order combines purchases for the Navy (3%); and the governments of Republic of Korea (79%); Australia (16%); and Spain (2%), under the Foreign Military Sales (FMS) program. Work will be performed in Andover, Massachusetts (54%); Chesapeake, Virginia (36%); Marlborough, Massachusetts (9%); and Burlington, Massachusetts (1%), and is expected to be completed by August 2022. FMS (97%); and fiscal 2020 Defense-wide procurement (3%), funding in the amount of $11,639,155 will be obligated at the time of award and will not expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Opportunities and Resources Inc., Wahiawa, Hawaii, is awarded an $11,259,726 modification under an indefinite-delivery/indefinite-quantity contract for the exercise of Option Four for custodial services at various locations on Oahu, Hawaii. After award of this option, the total cumulative contract value will be $52,896,005. The work to be performed provides for custodial services and the work includes, but is not limited to, emptying waste containers, low-area cleaning, high-area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services and building perimeter services for approximately 545 buildings. Work will be performed in Oahu, Hawaii, and this option period is from Oct. 1, 2020, to Sept. 30, 2021. No funds will be obligated at time of award. Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $10,696,952 for recurring work will be obligated on individual task orders during the option period. Naval Facilities Engineering Command Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity (N62478-16-D-2452). XOtech LLC,* Tyrone, Georgia, is awarded an $11,138,318 firm-fixed-price, time-and-materials General Services Administration (GSA) task order for integrated logistics distribution support. Work will be performed in Albany, Georgia. Work is expected to be completed by September 2021. If all options are exercised, work will continue through March 2022. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $17,029,445. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $11,138,318 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the GSA eBuy website, with seven proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-20-F-4111). Sauer Inc., Jacksonville, Florida, is awarded a $10,842,464 firm-fixed-price task order (N40085-20-F-6732) under a firm-fixed-price multiple award construction contract for maintenance facility upgrades at Marine Corps Base, Camp Lejeune, North Carolina. The project will construct covered parking canopies for protected storage of the new amphibious combat vehicle (ACV) on the existing ramp area and also renovates and upgrades the existing Field Maintenance Facility Building A47 and maintenance bays to support the ACV. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by September 2021. Fiscal 2020 military construction (Navy) contract funds in the amount of $10,842,464 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with two proposals received. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0035). Woodward HRT Inc., Santa Clarita, California, is awarded a $10,426,832 delivery order (N00383-20-F-NM0M) under previously awarded basic ordering agreement N00383-18-G-NM01 for the repair of 208 backup hydraulic drive units in support of the V-22. All work will be performed in Santa Clarita, California and work will be completed by September 2023. Working capital funds (Navy) in the amount of $10,426,832 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Krempp Construction Inc.,* Jasper, Indiana, is awarded a $10,440,400 firm-fixed-price contract for construction of a railcar holding yard at Naval Support Activity, Crane, Indiana. The work to be performed provides for the Defense Logistics Agency (DLA) facilities relocation from the new railcar holding yard to the new DLA disposition site. The railcar site work will consist of the demolition of the existing buildings and site features, including but not limited to associated docks, ramp retaining walls and rail track. It will include a new rail holding yard and associated site work, including signage and pavement work. The DLA disposition site work will consist of a new operations building, a new storage building with loading ramp and associated site features, including aggregate and concrete storage areas. Work will be performed at Crane, Indiana, and is expected to be completed by October 2022. Fiscal 2019 military construction (Army) contract funds in the amount of $9,898,400; and working capital fund (Army) contract funds in the amount of $542,000, for a total of $10,440,400, are obligated on this award will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with four proposals received. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0057). Complete Parachute Solutions, Deland, Florida, is awarded a $10,122,840 modification to previously awarded contract M00264-18-C-0007 to exercise Option Year Three for the Multi-Mission Parachute Course. The Multi-Mission Parachute Course provides training and technical support for all Military free-fall training to ensure compliance with all Federal Aviation Administration regulations and Marine Corps orders to safely meet the Marine Corps Training Input requirements. Work will be performed at Coolidge, Arizona, with an expected completion date of September 2021. Fiscal 2021 operations and maintenance (Marine Corps) funds in the amount of $10,122,840 are obligated at the time of award and will expire at the end of the fiscal year. The Marine Corps Installation National Capital Region, Regional Contracting Office, Quantico, Virginia, is the contracting activity. Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $9,371,082 cost-plus-fixed-fee order for engineering services and supplies in support of the MK92 Fire Control System. This contract combines purchases for the Navy (8%); and the governments of Saudi Arabia (35%); Taiwan (15%); Egypt (10%); Philippines (6%); Chile (5%); Poland (5%); Turkey (5%); Nigeria (3%); Bahrain (2%); Australia (1%); Bangladesh (1%); Japan (1%); Pakistan (1%); Spain (1%); and Vietnam (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Huntsville, Alabama (62%); Moorestown, New Jersey (20%); Saudi Arabia (3%); Egypt (2%); Taiwan (2%); Bahrain (1%); Bangladesh (1%); Chile (1%); Japan (1%); Nigeria (1%); Pakistan (1%); Philippines (1%); Poland (1%); Spain (1%); Turkey (1%); and Vietnam (1%), and is expected to be completed by March 2023. FMS (84%); and fiscal 2020 operations and maintenance (Navy; 16%), funding in the amount of $1,331,300 will be obligated at time of award, of which, funds in the amount of $255,000 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-20-F-0019). Oceanit Laboratories Inc.,* Honolulu, Hawaii, is awarded an $8,900,000 cost-plus-fixed-fee order (N68335-20-F-0506) against previously issued basic ordering agreement N68335-16-G-0028. This order provides for Small Business Innovation Research (SBIR) Phase III efforts for the continued development of a prototype test unit sensor for integration, test and demonstration with a non-kinetic system under SBIR topic N103-205 titled, “Innovative Imagery Processing Architecture.” Leveraging technology developed under this SBIR topic initiative, this order provides additional engineering support for the continued development of a Trident Saber Staring unit prototype in support of the Office of Naval Research. Work will be performed in Honolulu, Hawaii, and is expected to be completed in September 2023. Fiscal 2020 research, development, test and evaluation (Defense wide) funds in the amount of $4,900,000; and fiscal 2019 research, development, test and evaluation (Defense-wide) funds in the amount of $4,000,000, will be obligated at time of award, $4,000,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity. United States Marine Inc.,* Gulfport, Mississippi, is awarded an $8,898,065 firm-fixed-price modification to previously awarded contract N00024-19-C-2226 in support of the government of Greece for six 11-meter Naval special warfare rigid-hull inflatable boats, forward looking infrared systems, ship spare parts and other technical assistance. Work will be performed in Gulfport, Mississippi, and is expected to be completed by March 2022. The program is funded by Section 333 building partner capacity security assistance funding in the amount of $8,898,065 and will be obligated at time of award. This U.S appropriated funding will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304 (c)(4), this contract was not competitively procured: international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. DSA LLC,* Gadsden, Alabama, is awarded an $8,695,458 firm-fixed-price contract for grounds maintenance at various installations in the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $48,190,406. The work to be performed provides for grounds maintenance, street sweeping and snow and ice removal on roads and other paved surfaces. Work will be performed in the NAVFAC Washington AOR, to include Maryland (43%); Virginia (22%); and Washington, D.C. (35%), and is expected to be completed by June 2025. No funds will be obligated at the time of award. Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $8,695,458 will be obligated for the base year beginning October 2020, and will expire at the end of fiscal 2021. This contract was competitively procured via the beta.SAM.gov website with two proposals received. NAVFAC Washington, Washington, D.C., is the contract activity (N40080-20-D-0303). DEFENSE LOGISTICS AGENCY Segovia's Distributing Inc.,* El Paso, Texas, has been awarded a maximum $87,750,000 firm-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. Locations of performance are Texas; and New Mexico, with a Sept. 24, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-P355). DRS Network and Imaging Services, Melbourne, Florida, has been awarded a $58,082,440 firm-fixed-price, requirements delivery order (SPRRA2-20-F-0132) against nine-year ordering agreement SPRRA2-20-D-0012 for Improved Bradley Acquisition Subsystem weapon system 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 (a)(2). This is a 22-month contract with no option periods. Location of performance is Florida, with a July 31, 2022, performance delivery date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. (Awarded Sept. 24, 2020) ERA Health, doing business as Veterans Health Medical Supply, Fort Worth, Texas, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 46 responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Sept. 24, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-2028). Dental Health Products Inc., New Franken, Wisconsin, has been awarded a maximum $43,760,176 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical surgical products. This was a competitive acquisition with two responses received. This is a one-year base contract with nine one-year option periods. Location of performance is Wisconsin, with a Sept. 26, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0019). L3 Technologies Inc., Communication Systems-West, Salt Lake City, Utah, has been awarded a maximum $14,271,100 firm-fixed-price, indefinite-delivery, requirements contract for radio frequency and antenna assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Utah, with a Sept. 25, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0085). Capps Shoe Co.,* Lynchburg, Virginia, has been awarded a maximum $11,843,250 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1202) with four one-year option periods for men's and women's leather oxford dress shoes. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Virginia, with a Sept. 26, 2021, ordering period end date. Using customers are Army, Air Force, Navy, Marine Corps and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AAR Supply Chain Inc., Wood Dale, Illinois, has been awarded a maximum $11,789,295 firm-fixed-price, one-time buy contract for control and turbine assemblies and diffusers. This was a limited competitive acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a three-year contract with no option periods. Location of performance is Illinois, with an Oct. 15, 2023, delivery completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-C-0028). City Light and Power JBLM LLC, Greenwood Village, Colorado, has been awarded a maximum $10,390,548 modification (P00031) to 50-year contract SP0600-18-C-8327, for electric utility services at Joint Base Lewis-McChord, Washington. This is a fixed-priced with economic-price-adjustment contract. This modification increases the obligated value from $19,488,611 to $19,541,624. Locations of performance are Colorado; and Washington, with a June 30, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Jedco Inc.,* Grand Rapids, Michigan, has been awarded a maximum $8,344,000 firm-fixed price contract for augmenter support production units for the F100 engine. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Michigan, with a Sept. 1, 2023, performance completion date. Using customers are military services in Saudi Arabia and Taiwan. Type of appropriation is fiscal 2020 Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-20-C-0086). Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $7,451,040 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-19-D-1198) with four one-year option periods for flame resistant trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 26, 2021, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE L3Harris Technologies Inc., Clifton, New Jersey, has been awarded a $41,240,957 cost-plus-fixed-fee and cost-reimbursement-no-fee contract for AN/ALQ-172 Line Replaceable Unit (LRU)-21. This contract provides for the development of a form, fit function and interface redesign of the AN/ALQ-172 LRU. Work will be performed in Clifton, New Jersey, and is expected to be complete by Sept. 9, 2023. This award is the result of a sole-source acquisition. Fiscal 2020 consolidated sustainment activity group-engineering funds in the amount of $14,760,184 are being obligated at the time of award. Air Force Sustainment Center, Targeting and Electronic Warfare, Robins Air Force Base, Georgia, is the contracting activity (FA8522-20-C-0001). https://www.defense.gov/Newsroom/Contracts/Contract/Article/2362207/

  • Curtiss-Wright acquiring PacStar for $400 million

    28 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Curtiss-Wright acquiring PacStar for $400 million

    Andrew Eversden WASHINGTON — North Carolina-based defense technology company Curtiss-Wright announced Sept. 24 that it had entered into an agreement to acquire Pacific Star, a major tactical communications vendor for the U.S. Army. Curtiss-Wright, based in North Carolina, bought PacStar for $400 million in an effort to boost its network communications business. According to a press release from Curtiss-Wright, PacStar's business will operate within the Curtiss-Wright defense business and is expected to generate $120 million in sales in 2020. “The acquisition of PacStar establishes Curtiss-Wright as a critical supplier of advanced tactical and enterprise network communications solutions supporting a broad spectrum of high-priority U.S. military force modernization programs,” said David C. Adams, chairman and CEO of Curtiss-Wright Corporation, in a statement. “The combination of Curtiss-Wright's mission-critical mobile and secure COTS-based processing, data management and communications technologies with PacStar's highly complementary hardware and software solutions will enable us to deliver best-in-class platform network integration and tactical data link network management to the warfighter.” Curtiss-Wright ranked No. 72 in Defense News' Top 100 annual report on the world's largest defense companies. PacStar is an important vendor for the Army's tactical network modernization effort, where it provides products to improve tactical expeditionary communications. Back in July, PacStar was awarded work to support the fielding of satellite baseband communications to three Expeditionary Signal Battalion-Enhanced (ESB-E) units by Army Program Executive Office Command, Control, Communications-Tactical. PacStar also provides networking and communications capabilities for the Marine Corps' Networking On-The-Move (NOTM) program. “PacStar, which represents the largest transaction in Curtiss-Wright's recent history, is well-positioned to benefit from the military's continued investment in robust, secure and integrated battlefield network management and is expected to yield significant opportunities for revenue growth," Adams said. "Further, this acquisition supports Curtiss-Wright's financial objectives for long-term profitable growth and strong free cash flow generation within our disciplined and balanced capital allocation strategy.” https://www.c4isrnet.com/industry/2020/09/25/curtiss-wright-acquiring-pacstar-for-400-million/

  • Contract Awards by US Department of Defense – September 24, 2020

    25 septembre 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense – September 24, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $2,239,707,532 fixed-price-incentive, firm-target contract for the Small Diameter Bomb Increment I weapon program. This contract provides for a guaranteed minimum Lot 15 award and a five-year ordering period for Small Diameter Bomb Increment I, focused lethality munition, containers and carriages for the Department of Defense and Foreign Military Sales partner nations. Work will be performed in St. Louis, Missouri, and is expected to be complete by September 2027. This contract involves Foreign Military Sales to Australia, Belgium, Israel, Japan, Korea, Netherlands and Norway. This award is result of a sole-source acquisition. Fiscal 2018, 2019, and 2020 missile procurement funds in the amount of $247,508,960 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-20-D-0001). LATA-CTI Environmental Services LLC, Albuquerque, New Mexico, has been awarded a ceiling $60,000,000 indefinite-delivery/indefinite-quantity contract for Base Realignment and Closure (BRAC) environmental construction optimization services to support the Air Force Civil Engineer Center Installations Directorate (AFCEC/CIB). This contract provides BRAC environmental remediation activities at BRAC installations. These performance-based remediation efforts support the AFCEC BRAC mission and enhance BRAC program capabilities within AFCEC/CIB. The requirements support a variety of environmental restoration services and construction necessary to maintain regulatory selected remedies, implement optimization to enhance remedial progress and advance sites to completion in a cost-effective manner. The efforts will be executed in accordance with technical and regulatory requirements to ensure protection of human health and the environment. Work will be performed at Midwest consolidated continental U.S. locations of former Chanute Air Force Base, Illinois; General Mitchell Air Reserve Station (ARS), Wisconsin; Gentile ARS, Ohio; Grissom Air Reserve Base (ARB), Indiana; K.I. Sawyer AFB, Michigan; Newark, O'Hare ARS, Illinois; Richards-Gebaur ARS, Missouri; Rickenbacker Air National Guard Base, Ohio; and Wurtsmith AFB, Michigan. The work is expected to be completed Sept. 23, 2030. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 BRAC funds in the amount of $2,446,546 are being obligated at the time of award. The Air Force Installation Contracting Center Joint Base San Antonio - Lackland, Texas, is the contracting activity (FA8903-20-D-0004). Mass Virtual Inc., Orlando, Florida, has been awarded a $59,272,634 firm-fixed-price requirements contract for virtual training. This contract provides for aircraft familiarization and real-time task manual instruction, simulating real workspaces for occupational safety and health, educational and training purposes. Work will be performed in Orlando, Florida, and is expected to be complete by Sept. 24, 2026. This award is the result of a sole-source award to an Other Transaction for Prototype awarded in September 2020. No funds are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-20-D-0002). Battelle Memorial Institute, Columbus, Ohio, has been awarded a $46,302,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the manufacturing of carbon-carbon (C-C) composites for hypersonic applications initiative to create a stronger, broader supply base for C-C composites positioned to meet current and future Department of Defense hypersonic systems' requirements. Technical efforts under the scope of this initiative will be structured to develop C-C composite manufacturing technologies that enable the production at higher rates and quality and at reduced cost and schedule. Work will be performed at Battelle Memorial Institute in Columbus, Ohio, and is expected to be completed by Sept. 25, 2027. This award is the result of a competitive acquisition and five offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $6,318,388 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-D-5703). A-Tech Corp., Albuquerque, New Mexico, has been awarded a $37,229,276 cost-plus-fixed-fee contract for Space Logistics Assembly Disassembly Experiment with Swarms program. This contract provides for on-orbit spacecraft assembly, servicing and swarm operations capabilities. Work will be performed in Albuquerque, New Mexico, and is expected to be complete by Dec. 29, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 research, development, test and evaluation funds in the amount of $606,634 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0031). Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $13,323,336 firm-fixed-price modification (A00013) exercising Option Year Two on contract FA3002-18-C-0003 for a base maintenance service contract. The contractor shall provide all labor, supplies, materials, parts, supervision and other items or services necessary to perform the management and operation of services and civil engineering. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Sheppard Annex, Lake Texoma, Texas, and is expected to be completed by Sept. 30, 2021. Fiscal 2021 operations and maintenance funds in the full amount will be obligated on Oct. 1, 2020, if funds are available. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. Northrop Grumman Systems Corp., doing business as Northrop Grumman Mission Systems, San Diego, California, is being awarded an $11,040,000 modification (P00048) to previously awarded contract FA8726-18-C-0005. This modification provides for installation, operation and maintenance of a Battlefield Airborne Communications Node Remote Tactical Common Data Link ground site at two sites. Work will be performed at San Diego, California, and overseas locations, which are classified, and is expected to be complete by Jan, 23, 2021. The total cumulative face value of the contract is $587,283,244. Fiscal 2020 operations and maintenance funds in the amount of $5,520,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Connected Alliance LLC, Atlanta, Georgia, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract in support of operationalizing the sustainment strategy framework to materially improve the sustainment of Air Force weapon systems. The outputs from this support would help refine policy and produce requirements documents and/or performance work statements and concepts of operations that would form the basis of requirements for organic development or procurement solicitations. Work will be predominantly performed in Atlanta, and is expected to be completed by Sept. 24, 2025. This award is the result of a competitive acquisition and one offer was received. Fiscal 2020 operations and maintenance funds in the amount of $750,000 are being obligated for the first task order at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-D-0012). Vanderbilt University, Nashville, Tennessee, has been awarded an $8,696,785 cost-reimbursement contract for Design.R – artificial intelligence (AI)-assisted cyber physical systems design software prototype. This contract provides for developing an AI co-designer composed of design space construction, design composition and design space exploration that will interoperate seamlessly to enable a tightly integrated design process. Work will be performed in Nashville, Tennessee; Edmonton Alberta, Canada; and Szeged, Hungary, and is expected to be completed by Sept. 24, 2024. This award is the result of a competitive acquisition and 25 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $821,814 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0537). Mass Virtual Inc., Orlando, Florida, has been awarded an estimated $7,790,787 firm-fixed-price requirements contract for the Air Force Education Training Command and 461st Air Force Maintenance Squadron Joint Surveillance Target Attack Radar system. This contract provides for virtual training to include aircraft familiarization and real-time task manual instruction. The system simulates real workspaces for occupational safety and health, educational and training purposes. It will be used to provide aircraft maintainers with a virtual environment where they can develop and improve their skills on various aircraft platforms. Work will be performed in Orlando, Florida, and is expected to be complete by Dec. 31, 2021. This award is the result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the full amount are being obligated on the first order at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8501-20-D-0002). Southwest Research Institute, San Antonio, Texas, has been awarded a $7,239,342 cost-plus-fixed-fee contract for Air Taxi (hybrid or electric) AeroNautical Simulation Hardware/Software Prototype. This contract provides for the development of challenge problems that serve as surrogate/proxy of Department of Defense relevant design problems, development of systems specifications, requirements and evaluation metrics of challenge problems. Work will be performed in San Antonio, Texas, and is expected to be complete by Sept. 24, 2024. This award is the result of a competitive acquisition and 25 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,135,049 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0541). DEFENSE LOGISTICS AGENCY Advantaged Solutions Inc.,** Washington, D.C., (SP3300-20-D-0021, $265,000,000); and United Defense International LLC,** Frederick, Maryland, (SP3300-20-D-0023, $265,000,000), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-20-R-5002 for logistics modernization integration support. These were competitive acquisitions with two responses received. These are five-year contracts with no option periods. Locations of performance are inside and outside the continental U.S., with a Sept. 23, 2025, ordering period end date. Using customer is Defense Logistics Agency Distribution. Type of appropriation is fiscal 2020 through 2025 non-automated data process capital equipment funds, sustainment, restoration and modernization capital facilities funds, automated data process capital funds and working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. Sirona Dental Inc., Long Island City, New York, has been awarded a maximum $48,000,000 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 New York, with a Sept. 23, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0048). Arbor Pharmaceuticals Inc., Atlanta, Georgia, has been awarded a maximum $43,012,959 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with 19 responses received. This is a one-year base contract with nine one-year option periods. Location of performance is Georgia, with a Sept. 23, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0016). ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $39,603,940 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE2D1-19-D-0034) with four one-year option periods for airworthy suction apparatuses and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Massachusetts, with a Sept. 24, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. General Electric Co., Lynn, Massachusetts, has been awarded a maximum $38,186,823 firm-fixed-price delivery order (SPRPA1-20-F-RD02) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine combustion chambers. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Anbex Inc., Williamsburg, Virginia, has been awarded a maximum $35,007,213 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with 16 responses received. This is a one-year base contract with nine one-year option periods. Location of performance is Virginia, with a Sept. 26, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0020). Parker Hannifin Corp., Irvine, California, has been awarded a maximum $29,360,832 firm-fixed-price, indefinite-delivery requirements contract for hydraulic manifolds. This was a limited source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a five-year contract with no option periods. Location of performance is California, with a Sept. 30, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0076). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $15,188,888 firm-fixed-price delivery order (SPRPA1-20-F-RD01) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine exhaust frames. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Apiary Medical Inc., Lakewood, Colorado, has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies. This was a competitive acquisition with 41 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Sept. 23, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0024). Breeze-Eastern LLC, Whippany, New Jersey, has been awarded a maximum $10,329,045 firm-fixed-price, requirements contract for aircraft controllers. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is New Jersey, with a Sept. 22, 2025, performance completion date. Using military service is Army. The type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0086). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $10,080,191 firm-fixed-price delivery order (SPRPA1-20-F-RD00) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine nozzle turbines. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Thomas Instrument Inc.,* doing business as Thomas Instrument, Brookshire, Texas, has been awarded an estimated $9,979,661 fixed-price, indefinite-delivery, requirements contract for aircraft machine gun housing units. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Sept. 23, 2025, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-20-D-0015). General Electric Co., Lynn, Massachusetts, has been awarded a maximum $8,896,720 firm-fixed-price delivery order (SPRPA1-20-F-RD03) against five-year long-term contract SPE4AX-19-D-9400 for T-64 engine compressor casings. 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 33-month contract with no option periods. Location of performance is Massachusetts, with a June 20, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $245,449,719 modification (P00006) to definitize previously awarded cost-plus-incentive-fee undefinitized contract N00019-20-C-0037. This modification extends services and adds hours in support of engineering, maintenance, logistics manpower and material support to continue to develop, sustain and produce software builds as well as carryout developmental flight tests for the Joint Strike Fighter aircraft in support of the Navy, Marine Corps, Air Force and non-Department of Defense (DoD) participants. Additionally, this modification provides unique sea trials on aircraft carriers for non-DoD participants. Work will be performed at Edwards Air Force Base, California (40%); Patuxent River, Maryland (39%); and Fort Worth, Texas (21%), and is expected to be completed in March 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $2,673,158; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $2,673,157; fiscal 2020 operations and maintenance (Air Force) funds in the amount of $373,471; fiscal 2020 operations and maintenance (Navy) funds in the amount of $373,470; and non-DoD participant funds in the amount of $7,472,589 will be obligated at time of award, $746,941 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $197,035,852 modification (P00004) to previously awarded firm-fixed-price, indefinite-delivery requirements contract N61340-19-D-0004. This modification exercises an option to continue to provide intermediate and depot level maintenance, logistics and engineering support for the F405-RR-401 engine and the 096 MKII Gas Turbine Starter System. Work will be performed in Kingsville, Texas (45%); Meridian, Mississippi (43%); Pensacola, Florida (11%); and Patuxent River, Maryland (1%), and is expected to be completed in September 2021. No funds will be obligated at time of award; funds will be obligated against individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $92,584,262 cost-plus-fixed-fee, cost-reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides in-service engineering activity and production services for various Navy identification and data link systems in support of Combat Integration and Identification Systems. Specifically, this contract provides logistics, engineering; technical management support; characterization and integration of system and sub-system components; development of training curriculum, training materials, and delivery of formal training programs; supply system management and material control; testing and repair of counter unmanned air systems; and laboratory maintenance and quality assurance. Work will be performed in Patuxent River, Maryland (75%); and Lexington Park, Maryland (25%), and is expected to be completed in September 2025. No funds are being obligated at 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; three offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0121). Physical Optics Corp.,* Torrance, California, is awarded an $84,917,868 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract procures Advanced Data Transfer System components for installations on the UH-1Y, AH-1Z, MH-60R, MH-60S, H-53K platforms for the Navy, Air Force and Foreign Military Sales customers. Work will be performed in Torrance, California, 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Air Warfare Center Aviation Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0032). Raytheon Co., Marlborough, Massachusetts, is awarded a $69,906,977 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost reimbursement and firm-fixed-price provisions. This contract provides for test, inspection, evaluation and restoration of submarine components, known as Lowest Repairable Units. Work will be performed in Largo, Florida (75%); and Marlborough, Massachusetts (25%), and is expected to be completed in September 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $2,035,711 will be obligated on the first delivery order and 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 or limited number of sources and no other suppliers will satisfy the requirements. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-20-D-Q000). DPR-RQ Construction LLC, Redwood City, California, is awarded a $69,395,704 firm-fixed-price contract for the construction of a consolidated information center at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of a low-rise consolidated information center with concrete masonry unit walls, structural steel framing, reinforced concrete foundation and floors and a standing seam metal roof. The facility will include battalion level operations center spaces, administrative offices, academic instruction classrooms and management and support spaces. The contract is incrementally funded with the first increment of $50,658,864 being allocated at the time of award. The second increment will be funded in fiscal 2021 at $18,736,840. Work will be performed in Camp Pendleton, California, and is expected to be completed by January 2024. Fiscal 2020 military construction (Navy) contract funds in the amount of $50,658,864 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Beta.SAM.gov website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0055). W.G. Yates and Sons Construction Co., San Antonio, Texas, is awarded a $62,494,500 firm-fixed-price contract for facility construction at Naval Air Station Corpus Christi, Texas. The contract also contains three unexercised options, which if exercised, would increase the cumulative contract value to $66,399,664. The work to be performed consists of two facilities, a new aircraft component repair shop to house rotary wing aircraft component rebuild activities and infrastructure and an administrative headquarters office building. The options, if exercised, provide for the furniture, fixtures, equipment and audio visual packages for the facilities. Work will be performed in Corpus Christi, Texas, and it is expected to be completed by March 2023. Fiscal 2020 military construction (Army) contract funds in the amount of $62,494,500 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-C-0062). Virginia Electric and Power Co., doing business as Dominion Energy of Virginia, Richmond, Virginia, is awarded a $52,700,000 firm-fixed-price task order (N40080-20-F-9952) under General Services Administration area wide public utility contract 47PA04-18-D-0072 for the implementation of cost-effective energy conservation (ECM) measures at Marine Corps Base Quantico, Virginia. The ECM work to be performed includes advanced meter upgrades, energy management control systems and retro commissioning and utility account management services. Work will be performed in Quantico, Virginia, and is expected to be completed by March 2045. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,319,692 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. This was a sole-source contract to Dominion Energy of Virginia pursuant to Section 2801 of Public Law 102-484 amended 10 U.S. Code Section 2865, subsequently amended, renumbered and codified as 10 U.S. Code Section 2913 (d) for energy management services. The Naval Facilities Engineering Command, Washington, Washington D.C., is the contracting activity (N40080-20-F-9952). AECOM Technical Services Inc., Los Angeles, California, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $45,000,000 for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). An initial task order is awarded at $6,553,567 to prepare a construction contract package to build a nuclear regional maintenance facility at Naval Submarine Base Kings Bay, Georgia. The work to be performed provides for preparation of professional architectural and engineering services for preparation of design-bid-build documents and design-build request for proposals for various project types within the NAVFAC Southeast AOR. Work for this task order is expected to be completed by April 2022. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AOR including, but not limited to Florida (20%); Georgia (17%); South Carolina (15%); Louisiana (10%); Mississippi (10%); Texas (10%); Andros Island, Bahamas (5%); Guantanamo Bay, Cuba (5%); Tennessee (3%); Alabama (1%); Arkansas (1%); Kansas (1%); Missouri (1%); and Oklahoma (1%), and is expected to be completed by August 2025. Fiscal 2020 military construction (MILCON) (Navy) design contract funds in the amount of $6,553,567 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 operations and maintenance (Navy); and MILCON (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 13 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0052). AC Lopez Construction Inc.,* Oceanside, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $30,000,000 for road paving work at various locations within Naval Base Coronado, California; Naval Base Point Loma, California; Naval Base San Diego, California; and Marine Corps Air Station Miramar, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor for new work, additions, alterations, maintenance and repairs of road paving at various government installations located within Naval Base Coronado; Naval Base Point Loma; Naval Base San Diego; and Marine Corps Air Station Miramar, California. No task orders are being issued at this time. 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 $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M,N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov website with 12 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-1121). Green Clover Services Inc.,* Yigo, Guam, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum amount of $19,540,320 for an equipment – corrosion, surveillance, abatement, and repair (E-CSAR) program. The work to be performed is to establish an E-CSAR program for all civil engineering support equipment, civil engineer end items, material handling equipment, weight handling equipment and support vehicles located at Naval Base Guam, Guam. The E-CSAR program includes tasks related to corrosion surveillance, corrosion abatement and corrosion repair of naval construction and support equipment assigned to Naval Expeditionary Forces in Guam. An initial task order is being awarded for corrosion surveillance services for equipment assigned to Naval Expeditionary Forces located at Naval Base Guam. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Yigo, Guam; and Naval Base Guam. 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 will be obligated on the initial task order and will expire at the end of the current fiscal year. Future task orders will be funded by fiscal 2020 through fiscal 2025 O&M,N contract funds. This contract was competitively procured via the System for Award Management website with three proposals received. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2265). IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $17,908,406 modification (P00069) to previously awarded firm-fixed-price, cost-reimbursable contract N00019-15-C-0120. This modification increases the contract value and provides additional funding for operational and depot spare parts and inventory replenishment in support of the E-6B Take Charge and Move Out and Airborne Command Post aircraft. Work will be performed in Oklahoma City, Oklahoma (70%); Patuxent River, Maryland (10%); Bellevue, Nebraska (10%); and Fairfield, California (10%), and is expected to be completed in November 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $17,610,513; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $297,893 will be obligated at time of award, $17,610,513 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $11,650,000 firm-fixed-price order N68335-20-F-0723 against previously issued basic ordering agreement N00019-16-G-0001 for procurement of weapon replaceable assemblies and shop replaceable assemblies test requirements documents, or equivalent, for the development of F/A-18 E/F Infrared Search and Track System operational test program sets on the electronic consolidated automated support system. Work will be performed in St. Louis, Missouri, and is expected to be completed in April 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $11,650,000 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity. MAC GC Electric Inc.,* San Diego, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,000,000 for electrical work at various locations within Marine Corps Mountain Warfare Training Center (MWTC) Bridgeport; Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms; Marine Corps Logistics Base (MCLB) Barstow; and Naval Air Weapons Station (NAWS) China Lake, California. The work to be performed provides for the minimal design, installation, supervision, equipment, material, labor and all means necessary for new work, additions, alterations, maintenance and repairs of electrical systems at various government installations located within Marine Corps MWTC, Bridgeport; MCAGCC, Twentynine Palms; MCLB, Barstow; and NAWS, China Lake, California. No task orders are being issued at this time. 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 $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M,N; and O&M (Marine Corps). This contract was competitively procured via the beta.SAM.gov website with eight proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-1131). Rolls-Royce Corp., Indianapolis, Indiana, is awarded an $8,606,952 modification to previously awarded firm-fixed-price contract N00019-17-C-0081. This modification is for the procurement of four production marine turbine engines for the Landing Craft, Air Cushion 100 Class craft. This procurement is in support of the Ship to Shore Connector program. Work will be performed in Indianapolis, Indiana, and is expected to be completed by September 2022. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $8,606,952 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 working in conjunction with the Naval Air Systems Command. Amentum Services Inc., Germantown, Maryland, is awarded a $7,474,906 cost-plus-fixed-fee modification to previously awarded contract N64267-20-C-0058 to increase the level of effort for operations, maintenance, engineering and management services in support of Combined Tactical Training Range systems and equipment. Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); and Lemoore, California (1%). Work is expected to be complete by October 2020. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $2,512,109 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. ARMY BAE Systems Ordnance System, Kingsport, Tennessee, was awarded a $144,345,776 modification (P00728) to contract DAAA09-98-E-0006 to construct a new weak acetic acid recovery process facility and associated tank farm at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of June 30, 2023. Fiscal 2020 procurement of ammunition, Army funds in the amount of $144,345,776 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $37,669,772 firm-fixed-price contract to buy long lead items for the production of XM813 Cannons for the Stryker Medium Caliber Weapon System 30mm Lethality Upgrade program. 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. 24, 2020. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0108). Watterson Construction Co., Anchorage, Alaska, was awarded a $36,255,000 firm-fixed-price contract for repair of Building 1001 at Fort Wainwright, Alaska. Bids were solicited via the internet with six received. Work will be performed at Fort Wainwright, Alaska, with an estimated completion date of July 27, 2022. Fiscal 2020 operation and maintenance, Army funds in the amount of $36,255,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity (W911KB-20-C-0022). MW Builders Inc., Pflugerville, Texas, was awarded a $23,377,000 firm-fixed-price contract for renovating barracks. Bids were solicited via the internet with seven received. Work will be performed at Fort Riley, Kansas, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 operations and maintenance, Army funds in the amount of $23,377,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4013). Blinderman Construction Co. Inc., Chicago, Illinois, was awarded a $21,442,125 firm-fixed-price contract for full restoration of an Army Reserve Center. Bids were solicited via the internet with 10 received. Work will be performed in Charlotte, North Carolina, with an estimated completion date of July 26, 2022. Fiscal 2020 operation and maintenance, Army Reserve funds in the amount of $21,442,125 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0048). Patriot Construction LLC, Dunkirk, Maryland, was awarded a $20,438,870 firm-fixed-price contract for construction of an HC-130J general maintenance hangar at Patrick Air Force Base. Bids were solicited via the internet with 11 received. Work will be performed at Patrick Air Force Base, Florida, with an estimated completion date of June 26, 2022. Fiscal 2016 and 2019 military construction, defense-wide funds in the amount of $v were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0050). Westat Inc., Rockville, Maryland, was awarded a $14,139,573 cost-plus-fixed-fee contract for research and development of an investigational new drug sponsor for the performance of good-clinical-practice compliant clinical trials leading to a new indication for valproic acid for the treatment of patients with significant hemorrhage. Bids were solicited via the internet with one received. Work will be performed in Rockville, Maryland, with an estimated completion date of Sept. 24, 2023. Fiscal 2020 Defense Health Program funds in the amount of $3,550,000 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-C-0122). Eastern Construction & Electric Inc.,* Wrightstown, New Jersey, was awarded a $12,851,000 firm-fixed-price contract for full facility restoration of Barracks Building 5509 at Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with 13 received. Work will be performed at McGuire Air Force Base, New Jersey, with an estimated completion date of Sept. 24, 2022. Fiscal 2020 operations and maintenance, Army Reserve funds in the amount of $12,851,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0046). Garco Construction Inc., Spokane, Washington, was awarded a $12,230,000 firm-fixed-price contract for construction of a Joint Personnel Recovery Agency, Command/Control Mission Support facility at Fairchild Air Force Base. Bids were solicited via the internet with four received. Work will be performed in Sunnyside, Washington, with an estimated completion date of Oct. 17, 2022. Fiscal 2020 military construction, defense-wide funds in the amount of $12,230,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-20-C-0015). Gate Industries,* Torrance, California, was awarded an $11,879,160 firm-fixed-price contract for spare parts for M1 Abrams Family of Vehicles. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0101). Great Lakes Dredge & Dock, Oak Brook, Illinois, was awarded a $10,598,625 firm-fixed-price contract for shore protection and beach renourishment in Brevard County, Florida. Bids were solicited via the internet with two received. Work will be performed in Brevard, Florida, with an estimated completion date of May 31, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $10,598,625 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0018). Mosaic Health LLC,* Miami, Florida, was awarded a $9,920,000 firm-fixed-price contract for the next-generation portable volume ventilator field system. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2025. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-D-0067). Tecmotiv Inc.,* Niagara Falls, New York, was awarded an $8,838,198 firm-fixed-price contract for the repair kit, diesel engine to support the M88A2 Hercules engine. Bids were solicited via the internet with three received. Work will be performed in Niagara Falls, New York, with an estimated completion date of Sept. 22, 2021. Fiscal 2020 Army working capital funds in the amount of $8,838,198 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-C-0229). Cecos Group LLC,* Cincinnati, Ohio, was awarded a $7,815,488 contract to build a new barge pier and small-craft berthing facility. Bids were solicited via the internet with five received. Work will be performed in Concord, California, with an estimated completion date of Dec. 23, 2021. Fiscal 2020 military construction, Army funds in the amount of $7,815,488 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0029). AJ Commercial Services Inc., doing business as ASC Paving,* San Antonio, Texas, was awarded a $7,448,300 firm-fixed-price contract to construct new parking and widen existing road access in the vicinity of the Wilford Hall Ambulatory Surgical Center on Lackland Air Force Base. Bids were solicited via the internet with three received. Work will be performed in San Antonio, Texas, with an estimated completion date of March 18, 2022. Fiscal 2016 military construction, defense-wide funds in the amount of $7,448,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0049). MISSILE DEFENSE AGENCY Raytheon Missile and Defense, Tucson, Arizona, is being awarded a $9,790,653, cost-plus-fixed-fee contract to mature a non-kinetic defense capability, accelerate lethality analysis and procure long lead items for a potential Microwave Technology Testbed project that evolves the High Power Microwave concept development acquired under the Hypersonic Defense Weapon Systems broad agency announcement HQ0147-18-S-0001 and competitively awarded contracts HQ0147-18-C-6516 and HQ0147-19-C-6561. The effort will include refinement of baseline designs, advanced technology insertion evaluation and test planning and preparation to support potential future phases for integration of a Missile Defense Agency Microwave Testbed Technology project. Work will be performed in Tucson, Arizona, and is expected to be complete by December 2021. This is a sole-source contract award. Fiscal 2020 research, development, test and evaluation funds in the amount of $9,790,653 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0860-20-C-0010). *Small business **Small disadvantaged business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2360802/

  • Two steps President Trump could take now to secure missile defense improvements

    25 septembre 2020 | International, C4ISR, Sécurité, Autre défense

    Two steps President Trump could take now to secure missile defense improvements

    Trey Obering and Rebeccah Heinrichs In his acceptance speech for the Republican presidential nomination, President Donald Trump said that in a second term, “We will win the race to 5G, and build the world's best cyber and missile defense.” On the last issue — missile defense — there are actions President Trump can and should take now, with only a few weeks left until election day, to make necessary improvements. First, reverse the Pentagon's decision to give more authority over the Missile Defense Agency to the office of cost assessment and program evaluation (CAPE) while creating more bureaucratic oversight. These moves will create more obstacles to thwart the President's agenda and will drastically slow MDA's ability to develop and field missile defense capabilities to meet rapidly emerging threats. We understand fully the intent to reduce risk in acquisitions, but the purpose of the MDA is to conduct research and development and deliver new and ever-evolving effective defensive systems for the protection of the American people. We must prioritize speed over risk-aversion. Secondly, the President can announce that the United States is moving forward with site preparation for at least one additional homeland interceptor site. The Trump Administration's 2019 Missile Defense Review stated that such a site would protect against future Iranian threats; since the Pentagon released this policy document Iran has only improved its missile program. Especially concerning was the successful satellite launch conducted by the Islamic Revolutionary Guard Corps (IRGC) in April of this year. Vice Chairman of the Joint Chiefs of Staff Gen. John Hyten said the launch vehicle had traveled, “a very long way, which means it has the ability once again to threaten their neighbors, their allies, and we want to make sure they can never threaten the United States.” These developments put more pressure on the United States to make moves in the near term to bolster full coverage of the U.S. homeland. Environmental Impact Studies have already been concluded and military installations in New York, Ohio, and Michigan have been chosen as potential hosts for a third homeland missile defense site. Any of those sites would offer a “shoot-look-shoot” capability when considering the geometry of a potential missile attack from Iran. It might also make sense to pick two sites, perhaps putting a few interceptors in Ohio and in Michigan. If President Trump does decide to move forward with site preparation for an additional homeland interceptor site or sites, he would not need to decide immediately about the kind of interceptor to emplace, whether Next Generation Interceptors (NGIs) or Ground-Based Interceptors. Site preparation can take several years to complete and should not take away investments from development of the NGI, which promises to add significant capability to homeland defense. Either interceptor could be emplaced at the new site. If NGI matures and is ready for deployment by the Pentagon's stated goal of 2027, then the additional location could be home to a few of the interceptors. The threat from Iranian missiles are not the only ones putting pressure on the homeland defense systems. The Trump administration has used a combination of economic pressure, military threats, and talks to pressure North Korea into ending its missile program, but North Korea has not made the decision to forgo its nuclear missile program. Although Kim Jong-un has responded by holding off on further long-range missile tests, he has resumed shorter-range tests, and there is reason to believe Kim has not slowed down his efforts to improve his longer-range missile program. Moreover, North Korea remains a serious missile and illicit arms proliferator and a senior U.S. official recently expressed concern about cooperation between North Korea and Iran on long-range missile development. It would be a mistake to slow down homeland missile defense because the North Korean leader has promised to disarm while showing no real signs of doing so. The Pentagon is wrapping up its budget submission for the next fiscal year, and whoever wins in November will determine the budget's final form. Regardless, the United States must carefully ensure that even as we push ahead to evolve the system, we cannot neglect the defense of the American people against the threats that are here today. If the United States is going to have an effective, cutting edge missile defense architecture to balance near and evolving threats and to adapt as the threats dictate, the MDA must remain agile, and it must have the funding to improve and sustain current programs while investing in advanced technologies to stay ahead of the evolving threat. https://www.defensenews.com/opinion/commentary/2020/09/24/two-steps-president-trump-could-take-now-to-secure-missile-defense-improvements/

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.