Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3558 nouvelles

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

  • Virtual reality pilot training program graduates latest class, including Brits

    3 septembre 2019 | International, Aérospatial, C4ISR

    Virtual reality pilot training program graduates latest class, including Brits

    By: Stephen Losey Fourteen students graduated Thursday from the Air Force's Pilot Training Next program, which includes using virtual reality systems to teach aspiring aviators to fly. The latest class, which is the second iteration of Pilot Training Next and began this January, included some students from the U.S. Navy and the United Kingdom's Royal Air Force. In a Thursday release, the Air Force said the graduates include two Air National Guardsmen who were selected to fly airframes including the F-35 Lightning II, the F-15E Strike Eagle, the F-16 Fighting Falcon, the C-17 Globemaster III, the B-2 Spirit, and others. The two Navy graduates will fly the T-45A Goshawk, and the lone RAF graduate will fly the Typhoon. “It definitely made the process more difficult having to push through burgeoning technology, but I am glad that I could be a part of the development process towards a more efficient and thorough version of learning for the future,” said 2nd Lt. Aaron Sless, a distinguished graduate of the program and winner of the Warrior Award, who is slated to become an F-35 pilot. “I am excited to see how PTN progresses technology and learning in the future and how it will be applied to undergraduate pilot training, and the Air Force at large.” Air Force Recruiting Service Commander Brig. Gen. Jeannie Leavitt, who made history as the Air Force's first female fighter pilot, said at the graduation that the students represent the future of aviation and are on the “leading edge” of a new way to learn to fly. “The fact is, we are looking at a whole new way of learning in a non-standard way from the Air Force perspective,” Leavitt said. “Remember, dream big, be bold and learn to take calculated risk.” Pilot Training Next uses advanced biometrics, artificial intelligence and virtual reality systems to try to find ways to streamline how the Air Force trains new pilots. The program uses off-the-shelf VIVE Pro VR headsets and stations with sticks, throttles and other equipment to simulate virtual cockpit and practice maneuvers. The AI tracks students' biometrics, including stress, to tailor the simulation environment and train them most efficiently. The program also includes time flying actual aircraft. The Air Force's first PTN class began in April 2018 in the Armed Forces Reserve Center in Austin, Texas. In May, the program moved to Joint Base San Antonio-Randolph in Texas. The third class is scheduled to begin in January, the Air Force said. The Air Force eventually wants similar VR training programs to more efficiently teach airmen to be maintainers or go through other technical training programs. https://www.airforcetimes.com/news/your-air-force/2019/08/30/virtual-reality-pilot-training-program-graduates-latest-class-including-brits

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

    30 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    DEFENSE LOGISTICS AGENCY Arthrex Inc., Naples, Florida, has been awarded a maximum $375,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 89 responses received; 21 contracts have been awarded to date. Using customers are Army, Navy, Air Force, Marines and other federal organizations. Location of performance is Florida, with a Sept. 1, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0014). Meggitt Defense Systems Inc., Irvine, California, has been awarded a maximum $22,189,186 firm-fixed-price contract for magazine assemblies for the Apache AH-64. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time procurement contract, which includes a quantity option which was exercised at time of award. Location of performance is California, with an April 15, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency, Warren, Michigan (SPRDL1-19-C-0250). ARMY Warbud SA SKE Support Services GMBH MATO, Warszawa, Poland (W912GB-19-D-0056); Bryan 77 Construction JV, Colorado Springs, Colorado (W912GB-19-D-0058); BBGS SP ZOO, Warszawa, Poland (W912GB-19-D-0057); Wolff & Mueller Government Services GMBH, Stuttgart, Germany (W912GB-19-D-0059); Oxford Federal Doraco Construction JV, Castle Rock, Colorado (W912GB-19-D-0060); and Zafer Taahhut Insaat Ve Ticaret Anonim, Ankara, Turkey (W912GB-19-D-0061), will compete for each order of the $249,950,000 firm-fixed-price contract for design-build and design-bid-build for real property repair, maintenance and construction services throughout the Republic of Poland. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. S.J. Amoroso Construction Co. Inc., Redwood City, California, was awarded a $143,594,000 firm-fixed-price contract for Department of Veteran's Affairs Palo Alto Healthcare System construction. Bids were solicited via the internet with two received. Work will be performed in French Camp, California, with an estimated completion date of April 20, 2022. Fiscal 2016 civil construction funds in the amount of $143,594,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0013). Jacobs Technology Inc., Tullahoma, Tennessee, was awarded a $97,762,528 cost-plus-fixed-fee contract for test support services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-15-D-0018). Battistella SPA, Pordenone, Italy (W912GB-19-D-0045); BB Government Services SRL, Vicenza, Italy (W912GB-19-D-0046); Environmental Chemical Corp. Italy, Limena, Italy (W912GB-19-D-0047); Eiffage Infraestructuras SA, Sevilla, Spain (W912GB-19-D-0048); JV SKE ITALY 2012, Vicenza, Italy (W912GB-19-D-0049); Tiber River Construction LLC, McLean, Virginia (W912GB-19-D-0050); and Consorzio WMC, Campolongo Maggiore, Italy (W912GB-19-D-0051), will compete for each order of the $49,950,000 firm-fixed-price contract for design-build and design-bid-build services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. Semper Tek Inc.,* Lexington, Kentucky, was awarded a $49,000,000 firm-fixed-price contract for construction services. 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 Aug. 29, 2024. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-4002). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $40,333,758 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for software development, updates, and improvements to include development, engineering, and technical support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0022). Lockheed Martin Global Inc., Orlando, Florida, was awarded a $25,165,589 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for procurement of Armor Corps Advanced Gunnery Training systems and contractor logistics support. One bid was solicited with one bid received. Work will be performed in Orlando, Florida; and Tabuk, Saudi Arabia, with an estimated completion date of Oct. 31, 2022. Fiscal 2017 funds in the amount of $25,165,589 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-C-0052). MW Builders Inc., Pflugerville, Texas, was awarded a $23,477,000 firm-fixed-price contract for barracks renovation and modernization. Bids were solicited via the internet with three received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Aug. 28, 2020. Fiscal 2010 military construction funds in the amount of $23,477,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4012). MEB General Contractors Inc., Chesapeake, Virginia, was awarded a $20,557,000 firm-fixed-price contract for a truck fueling system. Bids were solicited via the internet with four received. Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Feb. 19, 2021. Fiscal 2017 and 2018 military construction funds in the amount of $20,557,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3009). General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $19,027,802 modification (P00086) to contract W56HZV-17-C-0067 P00086 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Aug. 28, 2020. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; and procurement of weapons and tracked combat vehicles, Army funds in the amount of $19,027,802 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. PRIDE Industries, Roseville, California, was awarded a $17,421,355 modification (P00015) to contract W9124G-18-C-0005 for base operation support. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Aug. 31, 2023. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,877,369 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity. Meridian Engineering Co., Tucson, Arizona, was awarded a $16,950,000 firm-fixed-price contract for Homeland Security Border Patrol facilities and tactical infrastructure. Bids were solicited via the internet with five received. Work will be performed in Sales, Arizona, with an estimated completion date of July 7, 2020. Fiscal 2019 civil construction funds in the amount of $16,950,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0031). Cerebral,* Des Moines, Iowa (W91243-19-D-0001); Ironhide Construction Inc.,* Lincoln, Nebraska (W91243-19-D-0002); Kingery Construction Co.,* Lincoln, Nebraska (W91243-19-D-0003); L&J Building Co. LLC,* Kansas City, Missouri (W91243-19-D-0004); K&S LLC,* Souix City, Iowa (W91243-19-D-0005); Nemaha Landscape Construction,* Lincoln, Nebraska (W91243-19-D-0006); Pro-Mark Services Inc.,* West Fargo, North Dakota (W91243-19-D-0007); RGC Constructors Inc.,* Omaha, Nebraska (W91243-19-D-0008); and Venus Unlimited LLC,* Waverly, Nebraska (W91243-19-D-0009), will compete for each order of the $15,000,000 firm-fixed-price contract for construction projects in support of the National Guard. 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 Aug. 28, 2024. U.S. Property and Fiscal Officer Nebraska, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $14,746,801 modification (P00033) to contract W58RGZ-16-C-0023 for the remanufacture of Longbow Crew trainers and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of March 30, 2025. Fiscal 2017 aircraft procurement, Army funds in the amount of $14,746,801 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Raytheon Southeast Asia Systems Co., Andover, Massachusetts, was awarded a $10,843,249 modification (P00019) to Foreign Military Sales (Kuwait) contract W31P4Q-16-C-0022 for technical assistance, planning, training, maintenance and sustainment of the Kuwait Phased Array Tracking Radar to Intercept on Target (PATRIOT) missile weapon systems, associated PATRIOT equipment, and PATRIOT logistics support elements. One bid were solicited with one bid received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other funds in the combined amount of $10,843,249 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Kokosing Construction Co./O'Brien & Gere JV, Fredericktown, Ohio, was awarded a $10,268,652 firm-fixed price contract for construction management services that include extensive water treatment management services and dredging material disposal. 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, 2020. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-16-D-0004). Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $9,306,511 modification (P00010) to contract W31P4Q-19-C-0044 for field service representatives to deploy, operate, and sustain Sentinel Radars. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $9,306,511 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. CORRECTION: A $38,441,877 contract award to Diversified Technical Systems Inc., Seal Beach, California (W900KK-19-D-0011), was announced Aug. 28, 2019, with an incorrect estimated completion date. The correct estimated completion date is Aug. 27, 2024. All other information in the announcement is correct. DEFENSE INFORMATION SYSTEMS AGENCY Oracle America Inc., Redwood Shores, California, is awarded a competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Integrated Processor Capacity Services - SPARC Compatible (IPCS-SC). The contract ceiling is $137,837,975. The period of performance (PoP) consists of a five-year base period and five one-year option periods, for a total contract life cycle of ten years. The PoP for the base period is Sept. 3, 2019, through Sept. 2, 2024, and the option years follow consecutively through Sept. 2, 2029. Performance will be at current Defense Information Systems Agency (DISA) data centers or future DISA or DISA-approved locations where DISA assumes an operational responsibility for support of mission partner service requirements. Solicitation HC1084-18-R-0010 was posted on the internet as competitive action and one proposal was received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. NAVY Stanley Consultants Inc., Muscatine, Iowa, is awarded a maximum amount $95,000,000 indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for industrial type facilities in the Naval Facilities and Engineering Command (NAVFAC) Europe, Africa and Southwest Asia (EURAFSWA) area of responsibility and also worldwide. No task orders are being issued at this time. Work will be performed at locations worldwide. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) 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 military construction funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5014). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $68,883,048 for modification P00008 to previously awarded fixed-price-incentive-firm target contract (N00019-18-C-1037). This modification is for non-recurring engineering and obsolescence management to support delivery of 24 E-2D Advanced Hawkeye full-rate production Lot 7 – 11 aircraft. Work will be performed in Melbourne, Florida (33%); Syracuse, New York (19%); St. Augustine, Florida (6%); Falls Church, Virginia (6%); Beavercreek, Ohio (6%); El Segundo, California (5%); Woodland Hills, California (3%); Indianapolis, Indiana (3%); Menlo Park, California (3%); Edgewood, New York (3%); Pomezia, Italy (2%); and Ronkonkima, New York (2%), Aire-Sur-L'Adour, France (2%); Grand Rapids, Michigan (1%); Irvine, California (1%); Independence, Ohio (1%); New Port Richey, Florida (1%); and various locations within the continental U.S. (3%). Work is expected to be completed no later than January 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $68,883,048 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. L3 Electronic Devices Inc., Williamsport, Pennsylvania, is awarded a $33,082,096 five-year, indefinite-delivery/indefinite-quantity contract with both firm-fixed-priced and cost-plus-fixed-fee line items for the production, repair and engineering services of the Aegis Cross Field Amplifiers. The Cross Field Amplifiers are microwave tubes installed in the AN/SPY-1 radar system used on board the DDG51 Class AEGIS destroyers and CG 52 Class AEGIS cruisers. The AN/SPY-1 radar is an air/surface search and tracking system and is used for ballistic missile defense requirements. Work will be performed in Williamsport, Pennsylvania, and is expected to be complete by August 2024. Fiscal 2019 and 2018 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $2,165,183 will be obligated at time of award and funding in the amount of $728,847 will expire at the end of the current fiscal year. This is a restricted competition procurement in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source or a limited number of responsible sources. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP70). Communications and Power Industries, Beverly, Massachusetts, is awarded a $30,938,890 five-year, indefinite-delivery/indefinite-quantity contract with both firm-fixed-priced and cost-plus-fixed-fee line items for the production, repair and engineering services of the Aegis Cross Field Amplifiers (CFA). The CFAs are used in the AN/SPY-1B/D/D(V) radar. The CFAs are microwave tubes installed in the AN/SPY-1 radar system used on board the DDG51 Class AEGIS Destroyers and CG 52 Class AEGIS Cruisers. The AN/SPY-1 radar is an air/surface search and tracking system and is used for ballistic missile defense requirements. Work will be performed in Beverly, Massachusetts, and is expected to be completed by August 2024. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,029,440 is being obligated at time of award and funding in the amount of $679,728 will expire at the end of the current fiscal year. This contract is a restricted competition procurement in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source or a limited number of responsible sources. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP27). CH2M—Burns & McDonnell JV, Englewood, Colorado, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural design and engineering services for air operations and to support facility modernization located throughout the Naval Facilities Engineering Command area of responsibility worldwide. The work to be performed provides for architectural design and engineering services for air operations and support facilities predominantly for sustainment, restoration, and modernization projects, but also including military construction projects and airfield assessments. Work will be performed worldwide. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Navy working capital funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by the Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5023). Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $14,092,012 modification for the cost-plus-fixed-fee portion of a previously awarded contract (M67854-16-C-0211) for software release and advanced emplacement displacement simultaneous motion component required to support ongoing Ground/Air Task Oriented Radar Gallium Nitride efforts in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum Heights, Maryland (66%); and East Syracuse, New York (34%), and is expected to be completed by Sept. 28, 2020. Fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $4,455,332 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2018 research, development, test and evaluation (Marine Corps) funds in the amount of $228,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one proposal solicited and one proposal received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0211). Provengo LLC, * Merrick, New York, is awarded a $13,702,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots. Work will be performed in Merrick, New York, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $19,575 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1604). Bahfed Corp.,* Portland, Oregon (N68936-19-D-0042); Laguna Components Inc.,* Laguna Beach, California (N68936-19-D-0043); Centeva LLC,* South Jordan, Utah (N68936-19-D-0044); and Unistar-Sparco Computers, Millington, Tennessee (N68936-19-D-0045), are each awarded indefinite-delivery/indefinite-quantity contracts. These contracts provide various types of commercially available digital information technology and services in support of the Naval Air Warfare Center Weapons Division, China Lake's Energetics Department (Code 470000D). The estimated cumulative aggregate ceiling for all contracts is $11,500,000 with the companies having an opportunity to compete for individual orders under the individual functional areas for which they competed. Work will be performed at various contractor facilities within the continental U.S., and is expected to be completed in August 2024. No funds are being obligated at time of award. Funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals, as a small business set-aside, with a total of nine offers received. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity. Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, is awarded an $11,104,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $15,860 will be obligated on the first delivery order immediately following contract award, and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1538). IAP World Services Inc., Cape Canaveral, Florida, is awarded a $10,950,782 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Air Station, Patuxent River, Maryland. The work to be performed provides for management and administration, air operations, supply, facilities support (to include facility management, facility investment, integrated solid waste management, swimming pools, special events), utilities (to include utility management, wastewater, water) and environmental. The maximum dollar value, including the base period and two option periods, is $20,879,122. Work will be performed in Patuxent River, Maryland, and is expected to be completed by June 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds for $7,357,718 for recurring work will be obligated on individual task orders issued during the base period of the contract extension. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-14-D-0302). The Boeing Co., Seattle, Washington, is awarded $10,926,195 for cost-plus-fixed-fee delivery order N00019-19-F-2496 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for Tactical Open Mission Software Airborne Weapons Simulator (AWS) software capability for the P-8A to serve as a training tool for the combat aircrews. Tasking will consist of the design, development, test and integration, configuration management, and all logistics support elements of the AWS software update. Work will be performed in Puget Sound, Washington, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,926,195 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. AT&T Government Solutions Inc., Vienna, Virginia, is awarded an $8,132,606 modification to a previously awarded firm-fixed-price contract (N66001-17-C-0295) to exercise Option Two for continuation of services and sustainment support of Navy Enterprise 911 Routing and Management Service. This modification increases the estimated value of the contract from $13,845,920 to $21,978,526. Work will be performed throughout the continental U.S.; Commander Navy Region, Hawaii; and Commander Joint Region, Marianas. Work is expected to be completed Aug. 28, 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $8,132,606 will be obligated funds at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Information Warfare Center, Pacific, San Diego, California, is the contracting activity. Integrated Systems Development Corp.,* Glen Allen, Virginia, is awarded a $7,034,345, indefinite-delivery/indefinite-quantity contract for facility support services at Joint Base Anacostia-Bolling, Washington, District of Columbia. The work to be performed provides for facility management, facility investment, fire protection, janitorial, pest control, ground maintenance, street sweeping and snow removal services. The maximum dollar value including the base period, four option years and an option to extend services is $38,957,271. Work will be performed in Washington, District of Columbia, and is expected to be completed by February 2025. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $2,461,675 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. Naval Facilities Engineering Command Washington, Washington, District of Columbia, is the contracting activity (N40080-19-D-0303). U.S. SPECIAL OPERATIONS COMMAND General Atomics Aeronautical Systems Inc. (GA-ASI) of Poway, California. was awarded a maximum $78,000,000 indefinite-delivery/indefinite-quantity contract (H92403-18-D-0006) with firm-fixed-price and cost-plus-fixed-fee contract line items with potential maximum estimated values of $93,000,000 for the integration and testing support for the Medium Altitude Long Endurance Tactical (MALET) MQ-9 and MQ-1C Special Operations Forces Peculiar (SOF-p) modifications; procurement of GA-ASI developed and produced aircraft modification kits; and analysis and studies to inform government decision on potential future MALET MQ-9 and MQ-1C SOF-p modifications. Fiscal 2019 research, development, test and evaluation; procurement; or operation and maintenance funding may be used depending on the requirement. The ordering period for this contract is valid for five years. The majority of work will be performed in Poway and is expected to be completed by September 2023. This contract was awarded in accordance with Federal Acquisition Regulation Authority 6.302-1, - only one responsible source and no other supplies or services will satisfy agency requirements. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity. 9Line LLC,* of Tampa, Florida, was awarded a $10,262,787 firm-fixed-price contract (H92222-19-C-0007) to provide non-clinical case management and advocate training support for wounded, ill and injured Special Operations Forces Recovering Service Members (RSMs). The focus areas are in recovery care coordination, military adaptive sports, benevolence, career transition and operations as it relates to the U.S. Special Operations Command (USSOCOM) Warrior Care Program. This contract also contains four unexercised options, which if exercised, would increase the cumulative contract value to $59,029,287. Fiscal 2020 operations and maintenance funds will be used for funding of the base year subject to the availability of funds. The work will be performed in 20 locations throughout the U.S. and overseas, and if all options are exercised, will continue through fiscal 2024. This contract was awarded competitively as a service-disabled, veteran-owned, small business set aside with seven proposals received. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity. AIR FORCE Honeywell International Inc. Aerospace, Phoenix, Arizona, has been awarded a $23,522,971 firm-fixed-price contract for the repair and upgrade of the C-5M Super Galaxy's Versatile Integrated Avionics/Avionics Integrated Units (VIA/AIU) repair and upgrade. This contract provides for the repair and upgrade of the existing 903 and 904 configuration VIA/AIUs to the 905 configuration. The C-5M VIA/AIU repair and upgrade effort is a key component to the overall core mission computer/weather radar aircraft modification/installation kit. Work will be performed at Phoenix, Arizona, and is expected to be completed by July 5, 2022. This award is the result of a sole-source acquisition. Fiscal 2018 and 2019 aircraft procurement funds for a total amount of $17,107,578 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-19-F-6803). Northrup Grumman, Herndon, Virginia, has been awarded a $19,077,364 cost-plus-fixed-fee task order for Product Data Management and Migration Support Services. This contract provides for all labor, supplies and technical support services necessary to operate and maintain Robins Air Force Base product data hardware and software; to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, processes, and products within the product data environment; and to support data improvement, cleansing and migration efforts necessary to prepare data for transition into modernized and/or U.S. Air Force (USAF) enterprise‐level systems, such as the Enhanced Technical Information Management System, the Technical Order Authoring and Publishing initiative, solutions resulting from the USAF Product Lifecycle Management Initiative and other system solutions which may result from system and data center consolidation activities. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by Sept. 9, 2020. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $19,077,364.00 are being obligated at the time of award. The Air Force Sustainment Center ‐ Robins Operational Maintenance Contracting, Warner Robins, Georgia, is the contracting activity (FA8501‐19‐F‐A060). DEFENSE HEALTH AGENCY Pohaku Pacific LLC,* Honolulu, Hawaii, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract with a maximum of $21,830,133. HT0038-19-D-0001 provides program management, enterprise sustainment and license maintenance of the Joint Legacy Viewer (JLV) software. This effort has an eight-month base period of performance with one 24-month optional ordering period, and one 22-month optional ordering period. The estimated completion date is March 31, 2024. Work location is task order dependent but primarily will occur at Honolulu, Hawaii. The base task order will be funded by fiscal 2019 operations and maintenance funds. This contract was non-competitively solicited. The contracting activity is the Defense Health Agency, Falls Church, Virginia. Booz Allen Hamilton, McLean, Virginia, was awarded a $12,464,707 firm-fixed-price contract modification exercising Option Period Three on previously awarded task order HT0011-16-F-0011 for integrated professional services across the Military Health System (MHS). The underlying task order provides professional services to support acceleration of the transformation of the MHS to be a High Reliability Organization. Fiscal 2019 operations and maintenance funds in the amount of $12,464,707 are being obligated, increasing the overall value of the task order to $52,483,548. The total potential value of the task order, if all options are exercised, is $64,215,727. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded Aug. 21, 2019) *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1948303/source/GovDelivery/

  • The Sky’s No Limit – Girls Fly Too! event landing in Abbotsford in October

    29 août 2019 | Local, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    The Sky’s No Limit – Girls Fly Too! event landing in Abbotsford in October

    You're invited to attend the world's largest event to inspire female future leaders in aviation, aerospace, marine and defence, and other high-tech STEM fields. Everyone is welcome and events are always free for all participants to prevent barriers to participation. This is made possible by the generous support of agency, industry, community and education partners. You may be aware that the event has previously been held in March during the week of International Women's Day. For reasons outside of Achieve Anything Foundation's (AAF) control, it had to postpone the 2019 event to Oct. 5-6, coinciding with the week of the Canadian-driven International Day of the Girl. It plans to evaluate the success and feedback from the fall dates, and then evaluate whether this should become a permanent change. The Sky's No Limit – Girls Fly Too! (GF2) is not an air show and the event is not just for “girls”. In fact, it's the world's largest gender diversity outreach event of its kind in aviation, aerospace, marine and defence and everyone is welcome. This is an international, multi-agency event to which the Canadian Coast Guard, Royal Canadian Mounted Police, municipal police forces, local and international search and rescue organizations, first responders, civilian companies, educational institutions, the United States and Canadian Armed Forces are invited to participate and highlight the various aspects of aviation, aerospace, marine and defence. The combined represented assets of these agencies totalled over a billion dollars in 2018. This Canadian signature annual event showcases an unprecedented international partnership towards the improvement of gender and cultural diversity in high-tech STEM fields. Over the weekend, tens of thousands of Canadian and U.S. citizens come to the completely free GF2 event to interact with military/civilian aircraft and tactical assets, hands on activities and interactive displays. Participants and major media representatives are present at the opening ceremony to listen to the leadership from Canada, United States, B.C. and other major government agencies, speaking to the importance of nurturing this international partnership toward improving gender and cultural diversity in high-tech fields. Entering its eighth year, its had over 67,300 in attendance at the GF2 events, with 9,172 girls and women given free first-time helicopter flights. With the successful conclusion of GF2 2019, AAF anticipates surpassing 100,000 participants and achieving 12,000 free flights. https://www.skiesmag.com/press-releases/the-skys-no-limit-girls-fly-too-event-landing-in-abbotsford-in-october/

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

    29 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $500,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity single award contract for Qatar Emiri Air Force (QAEF) F-15QA aircrew and maintenance training. This contract will provide F-15QA aircrew and maintenance training to support the QEAF. Work will be performed at St. Louis, Missouri, and moving to Qatar in 2021 and is expected to be completed August 2026. This is a sole-source requirement as the Boeing Co. has been country-designated as the sole-source provider for the F-15QA program, including F-15QA specific training, under the QEAF Foreign Military Sales (FMS) case QA-D-TAH. FMS funds in the amount of $262,147,569 are being obligated at the time of award. The Air Force Installation Contracting Agency/338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-D-A007). Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $47,959,610 delivery order (FA8504-19-F-0018) to previously awarded contract FA8504-17-D-0002 for C-130J propulsion long-term sustainment. This order provides funding for Option II. The total cumulative face value of the contract is $47,959,610. Work will be performed at Robins Air Force Base, Georgia, and other various locations supporting C-130J propulsion long-term sustainment and is expected to be completed when the last engines are delivered. Fiscal 2019 aircraft procurement funds in the amount of $47,959,610 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. NAVY Raytheon Co., Tucson, Arizona, is awarded a $349,014,465 cost-plus-incentive-fee contract for Phase 2 of the Maritime Strike Tomahawk Rapid Deployment Capability for completion of the Phase 1 design and integration efforts as well as test and evaluation. Work will be performed in Tucson, Arizona (69.3%); Dallas, Texas (6.6%); Boulder, Colorado (5.8%); Walled Lake, Michigan (3.9%); Englewood, Colorado (2.7%); Bristol, Pennsylvania (2.5%); North Logan, Utah (1.9%); Suwanee, Georgia (0.6%); and various locations within the U.S. (6.7%), and is expected to be completed in February 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $44,577,180 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0079). Reyes Construction Inc., Pomona, California, is awarded $21,899,000 for firm-fixed-price task order N62473-19-F-5131 under a previously awarded, multiple award construction contract (N62473-16-D-1804) for design-bid-build to retrofit the graving dock at Naval Base, San Diego. The work to be performed provides for the retrofit the graving dock and includes asbestos and lead base paint abatement. The project includes demolition of the graving dock concrete deck; drill, grout and install micro piles; and install new reinforcement bars and cast-in-place concrete forming the sonar pit. Project includes installation of automated in-haul system to provide more precise horizontal control and in-haul of vessels during evolutions. The in-haul system will consist of capstan at end of dry dock for in-haul and a rail on each side of the dry dock with a series of trolleys fastened to mooring lines from the vessel. Work will be performed in San Diego, California, and is expected to be completed by March 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $21,899,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Harper Construction Co. Inc., San Diego, California, is awarded $17,737,397 for firm-fixed-price task order N62473-19-F-5130 under a previously awarded, multiple award construction contract (N62473-18-D-5853) for the design-build construction of a directed energy integration laboratory at Naval Base, Ventura County. The work to be performed provides for the construction of a three-story building with laboratory and office space, site improvements, and all utilities. The options, if exercised, provide for an additional square footage of administrative space and open laboratory space. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $18,947,274. Work will be performed in Point Mugu, California, and is expected to be completed by January 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $17,737,397 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Teradyne Inc.,* Reading, Massachusetts, is awarded a $14,456,731 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year period of performance, to procure Enhanced Tactical Pod Tester (e-TPT). The e-TPT is a portable operational level test platform system, specifically for the AN/ALQ-99 airborne electronic warfare jamming system, found on EA-6B and EA-18G military aircraft. Work will be performed in Reading, Massachusetts, and is expected to be complete by August 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $2,594,641will be obligated at the time of contract award, and $247,571 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). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WS26). Advanced Technology International, Summerville, South Carolina (N00174-18-D-0009); and PAE National Security Solutions LLC, Fredericksburg, Virginia (N00174-18-D-0008), are each awarded a modification to their respective previously-awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts to exercise Option Two for support services for the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Demonstration and Assessment Team. This requirement will provide support services to the Demonstration and Assessment Team for coordination of operational forces, to include warfighter workshops and other engagement activities, preparation and facilitation of technology demonstration and assessment planning and readiness meetings, and analysis and reporting of warfighting/warfighter inputs and concepts. Each task order will be competitively procured. Advanced Technology International will be awarded an $8,777,905 modification, which brings the cumulative value of this contract to $25,848,029. PAE National Security Solutions LLC will be awarded an $8,328,452 modification, which brings the cumulative value of this contract to $24,513,838. The location of the work will be determined by individual task orders and is expected to be completed by September 2022. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Wyle Laboratories Inc., Huntsville, Alabama, is awarded $8,433,703 for modification P00004 to a previously awarded cost-plus-fixed-fee, cost-reimbursable contract (N00421-17-C-0056). This modification provides program management services for the F/A-18 Foreign Military Sales (FMS) program in support of the government of Australia. Work will be performed at Patuxent River, Maryland (83%); Whidbey Island, Washington (7%); Philadelphia, Pennsylvania (4%); North Island, California (3%); Amberley, Australia (2%); and Oceana, Virginia (1%), and is expected to be completed in August 2020. FMS funds in the amount of $6,807,165 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. ARMY BAE, Kingsport, Tennessee, was awarded a $202,437,733 fixed-price-incentive contract for the production and delivery of explosives and components at Holston Army Ammunition Plant, Tennessee. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2020. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0074). Parsons Government Services Inc., Pasadena, California, was awarded a $139,123,690 firm-fixed-price contract for runway repair at Bucholz Army Airfield, Kwajalein Atoll, Republic of the Marshall Islands. Bids were solicited via the internet with three received. Work will be performed in Kwajalein Atoll, Republic of the Marshall Islands, with an estimated completion date of Aug. 22, 2022. Fiscal 2018 research, development, test and evaluation funds in the amount of $139,123,690 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0005). FLIR Surveillance Inc., Wilsonville, Oregon, was awarded a $92,875,276 firm-fixed-price contract for repair and refurbishment and logistics support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0016). Korte Construction Co., St. Louis, Missouri, was awarded a $63,921,812 firm-fixed-price contract to design and build a KC-46A Depot Maintenance Hangar at Tinker Air Force Base, Oklahoma. Bids were solicited via the internet with four received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of April 30, 2022. Fiscal 2019 military construction funds in the amount of $63,921,812 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0015). Diversified Technical Systems Inc.,* Seal Beach, California, was awarded a $38,441,877 firm-fixed-price contract for the purchase of Warrior Injury Assessment Manikin anthropomorphic test devices. 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 Aug. 27, 2019. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0011). The Boeing Co., Mesa, Arizona, was awarded a $33,581,477 cost-plus-fixed-fee contract for non-recurring engineering design activities for integrating the Improved Turbine Engine into the AH-64E Apache helicopter. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Feb. 28, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0054). Valiant Global Defense Services Inc., San Diego, California, was awarded a $10,645,455 hybrid (cost-no-fee and firm-fixed-price) contract for Korea Battle Simulation Center operations and wide area networking support services. Bids were solicited via the internet with one received. Work will be performed in Pyeongtaek, Republic of Korea, with an estimated completion date of March 31, 2025. Fiscal 2019 operations and maintenance, Army funds in the amount of $4,827,976 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Republic of Korea, is the contracting activity (W91QVN-19-F-0139). DEFENSE LOGISTICS AGENCY Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $90,000,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. 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 15-month contract with no option periods. Location of performance is the Southeast Region Zone 2 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0010). SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $77,500,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. 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 15-month contract with no option periods. Location of performance is the Southeast Region Zone 1 of the U.S., with a Nov. 28, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contract activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D-0009). A-dec Inc., Newberg, Oregon, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 88 responses received; 22 contracts have been awarded to date. Using military services are Army, Navy, Air Force and Marine Corps. Location of performance is Oregon, with an Aug. 31, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0015). Latina Boulevard Produce LLC,* Cheektowaga, New York, has been awarded a maximum $49,353,705 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a 54-month contract with no option periods. Location of performance is New York, with a Feb. 27, 2024, performance completion date. Using customers are Army, Air Force and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P346). The Boeing Co., St. Louis, Missouri, has been awarded a maximum $27,000,000 undefinitized contractual action delivery order (SPRPA1-19-F-0LB9) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for E-6B repair. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Oklahoma, with a March 1, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1946835/source/GovDelivery/

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

    28 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

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

    NAVY Southwest Construction & Property Management,* San Bruno, California (N62473-19-D-1231); Bishop Inc.,* Orange, California (N62473-19-D-1232); J. Davis Construction Management Inc.,* Oxnard, California (N62473-19-D-1233); Trumble Construction Inc., doing business as RBT Construction,* Texarkana, Texas (N62473-19-D-1234); B.C. Schmidt Construction Inc.,* Williams, California (N62473-19-D-1235); and Heffler Contracting Group,* El Cajon, California (N62473-19-D-1236), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract. The maximum dollar value including the base period and one option period for all six contracts combined is $240,000,000. The contract covers new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build of roofing systems at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. Types of roofing projects may include, but are not limited to, roof condition assessment, emergency leak response and testing for hazardous material on various roofing systems. It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and heating, ventilation, air conditioning (HVAC) ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (80%); Arizona (16%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (O&M) (Navy) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); O&M (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. CDM Federal Programs Corp., Fairfax, Virginia, is awarded a not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract for services to support the Navy's public works business line. The work to be performed includes, but is not limited to, the following type of services: evaluate, analyze, development of plans, standard operating and maintenance procedures, and recommend improvements for utility management; utility operation and maintenance; electric and steam production; electric and steam distribution; natural gas distribution; water and wastewater treatment; water distribution; wastewater collection; utility privatization and out-sourcing; cybersecurity and control systems; advanced metering; energy management; energy security; energy and water conservation; project financing; utility regulation; utility rate making and analysis; commodity and service pricing and procurement; supply and demand practices; market design; and fuel sourcing. No task orders are being issued at this time. Work will be performed primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, and the term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2012). Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is awarded an estimated $44,308,222 indefinite-delivery/indefinite-quantity hybrid contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers. The contract is in support of Navy and other agencies' Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for installation, program management, maintenance, modernization and sustainment of RADMERC systems. The contract will also provide system security authorization support, and logistics and training services. This contract includes a five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $92,213,609. Work will be performed in various U.S. locations (80%), with work in locations outside the U.S. (20%) based on the requirement for each delivery order placed. Work is expected to be completed by August 2024. If the option is exercised, work could continue until August 2029. No funding is obligated on the contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on the first delivery order. Contract funds will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0006). Phoenix International Holdings Inc., Largo, Maryland, is awarded a $37,775,336 cost-plus-fixed fee bridge contract for Submarine Rescue Operations Maintenance contractor. The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the submarine rescue systems. The contractor will provide appropriate and sufficient personnel and services necessary to mobilize and operate the submarine rescue systems that support the response requirements. The contractor is responsible to ensure the Navy's submarine rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis. This contract includes one option, which, if exercised, would bring the cumulative value of this contract to $40,828,728. Work will be performed in San Diego, California, and is expected to be complete by June 2020. If the option is exercised, work will continue through August 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $2,100,000 will be obligated at the time of award, and 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, District of Columbia, is the contracting activity (N00024-19-C-4307). DynCorp International LLC, McLean, Virginia, is awarded a $27,079,693 indefinite-delivery/indefinite-quantity contract for base operations support (BOS) services at Naval and Defense Intelligence Agency Facilities in Washington, District of Columbia; Maryland; and Virginia. The BOS services to be performed include: general information, management and administration, supply services, facility management, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and utility management, chiller plant, and transportation services. The maximum dollar value including the base period and six option periods is $173,819,122. Work will be performed in Washington, District of Columbia (54%); Maryland (32%); and Virginia (14%), and is expected to be completed by May 2026. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $23,355,530 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2013). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $25,252,703 for modification P00052 to previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee contract N00019-16-C-0004. This modification is for an F-35 Lightning II Joint Strike Fighter regional maintenance repair and upgrade facility for the Government of Japan under the Foreign Military Sales (FMS) program. Work will be performed in Nagoya, Japan (65%); Ft Worth, Texas (26%); Greenville, South Carolina (7%); Orlando, Florida (2%); and El Segundo, California (1%), and is expected to be completed no later than September 2022. FMS funds in the amount of $25,252,703 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. ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $50,871,700 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for production, integration, fielding, and training of the Huntsman secure network radio. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2022. U.S. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0041). Lockheed Martin Rotary Mission Systems, Owego, New York, was awarded a $42,734,799 hybrid (firm-fixed-price and fixed-price-incentive) domestic and Foreign Military Sales (United Kingdom) contract to procure Modernized Radar Frequency Interferometer kits and spares. One bid was solicited with one bid received. Work will be performed in Owego, New York, with an estimated completion date of July 31, 2022. Fiscal 2017, 2018 and 2019 aircraft procurement, Army and foreign military sales funds in the combined amount of $42,734,199 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0634). DLT Solutions, Herndon, Virginia, was awarded a $15,928,239 firm-fixed-price contract for the procurement of multiple Red Hat software items. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug, 23, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,928,239 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-F-0117). General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,678,125 modification (P00070) to contract W56HZV-13-C-0319 for facilities modifications at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $14,678,125 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,473,340 firm-fixed-price contract for the overhaul of a minimum of the fuel control main for the CH-47 Chinook 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 Aug. 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0640). Trident Technologies LLC,* Huntsville, Alabama, was awarded a $7,450,142 modification (0001 35) to contract W31P4Q-16-A-0018 to provide Non-Standard Rotary Wing Aircraft Project Office programmatic support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 25, 2020. Fiscal 2019 Foreign Military Sales funds in the combined amount of $7,450,142 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY BAE Systems, Nashua, New Hampshire, has been awarded a maximum $83,934,598 firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee contract for the AN/AAR-57A(V) Common Missile Warning System. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is New Hampshire, with an Aug. 26, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds; and Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0075). General Electric Co., Lynn, Massachusetts, has been awarded a $42,846,000 firm-fixed-price delivery order (SPRPA1-19-F-QH07) against a five-year basic ordering agreement (FA8122-19-G-0001) for combustion chambers. This is a 42-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S .Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Massachusetts, with a Feb. 28, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Packet Forensics LLC, Virginia Beach, Virginia, was awarded a $10,000,000 modification (P00004) to previously awarded HR0011-18-C-0056 for the Defense Advanced Research Projects Agency Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) research project. The modification brings the total cumulative face value of the contract to $21,200,000 from $11,200,000. Work will be performed at Virginia Beach, Virginia, with an expected completion date of August 2020. Fiscal 2019 research and development funds in the amount of $10,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1945395/source/GovDelivery/

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

    27 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    ARMY AECOM International Inc., Neu-Isenburg, Germany (W912GB-19-D-0028); Atkins-UC JV,* Alexandria, Virginia (W912GB-19-D-0029); Exp-Onyx JV LLP, Chicago, Illinois (W912GB-19-D-0030); HDR Engineering Inc., Colorado Springs, Colorado (W912GB-19-D-0031); Jacobs Government Services Co., Arlington, Virginia (W912GB-19-D-0032); Louis Berger U.S. Inc., Washington, District of Columbia (W912GB-19-D-0033); Michael Baker-Cardno JV, Moon Township, Pennsylvania (W912GB-19-D-0034); Parsons Government Services Inc., San Antonio, Texas (W912GB-19-D-0035); and Woolpert-Black & Veatch JV, Beavercreek, Ohio (W912GB-19-D-0036), will compete for each order of the $94,500,000 firm-fixed-price contract for architect, engineering, master planning and design services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. QED Systems LLC, Aberdeen Proving Ground, Maryland, was awarded a $9,616,948 modification (P00041) to contract W15P7T-14-C-C012 for program management, engineering, logistics, business, administrative, operations and security services. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Feb. 26, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $9,616,948 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE UES Inc., Dayton, Ohio, has been awarded a $90,300,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for molecular assessment sensing technologies. This contract provides for basic, applied and advanced technology development research, as well as development and demonstration of discovery of molecular signatures of Airman performance and the operational environment and sensing of these signatures in Air Force relevant scenarios. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 31, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $2,222,857 on three task orders are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-6109). PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $19,156,738 modification to previously awarded contract FA4890-15-C0018 for the Aerial Targets Program. The contract modification provides for the exercise of an option for an additional year of service under the multiple year contract, which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group to perform developmental and operational weapons testing for all air-to-air missiles for the F-15, F-16, F-22, and F-35 aircraft. Work will be performed at Tyndall Air Force Base, Florida; and Holloman AFB, New Mexico, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being used and no funds were obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, is being awarded a $14,516,477 cost-plus-fixed-fee contract modification (P00008) to the previously awarded contract FA8806-19-C-0002 for Standard Space Trainer Mission-Specific Vendor Plug-in (MSVPs) for the Upward Early Warning Radar. The contract modification provides for future development of MSVPs. Work will be performed at Waterford, Connecticut, and is expected to be completed by July 31, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,300,000 are being obligate at time of award. Total cumulative face value of the contract is $35,209,586.00. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. NAVY Raytheon Co., El Segundo, California, is awarded $74,091,217 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00055 to a previously awarded contract (N00019-16-C-0002). This modification procures pre-operational support for the Next Generation Jammer-Mid Band pod through the completion of the engineering, manufacturing and development (EMD) phase as well as development, test and evaluation (DT&E) activities. Procured support includes organizational-level maintenance, repair, supply chain management, and material support for equipment delivered under the EMD contract, and associated peculiar support equipment/test, measurement, and diagnostic equipment to support DT&E. Work will be performed in Forest, Mississippi (39%); Dallas, Texas (35%); El Segundo, California (16%); Andover, Massachusetts (8%); and Fort Wayne, Indiana (2%), and is expected to be completed in December 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,228,948 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 Missions Systems Inc., McLeansville, North Carolina, is awarded a $44,595,146 cost-plus-incentive-fee modification to previously-awarded contract N61331-11-C-0017 for low-rate initial production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV), also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that detects and classifies undersea volume, bottom and buried mines in high-clutter environments. The Knifefish system is part of the Littoral Combat Ship Mine Countermeasures Mission Package and can also be deployed from vessels of opportunity. The low-rate initial production effort will provide the initial systems for the Navy to test and operate. Work will be performed in Quincy, Massachusetts (35%); Taunton, Massachusetts (23%); Braintree, Massachusetts (19%); a location to be determined (15%); McLeansville, North Carolina (6%); Reston, Virginia (1%); and Ann Arbor, Michigan (1%), and is expected to be completed by August 2021. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $44,595,146 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Physical Optics Corp.,* Torrance, California, is awarded $27,230,891 for modification P00012 to previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-17-C-0078) in support of F/A-18E/F and EA-18G aircraft for the Navy and the government of Kuwait. This modification exercises an option for data transfer unit production support, 160 data transfer units, 160 ground data transfer units, 14 maintenance access cables, 600 mission data transfer devices, and 459 maintenance data transfer devices in support of the Navy's F/A-18 E/F and EA-18G program. In addition, this option exercise procures 37 data transfer units, 35 ground data transfer units, 11 maintenance access cables, 122 mission data transfer devices, and 90 maintenance data transfer devices in support of the Kuwait Super Hornet program. Work will be performed in Torrance, California, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($22,334,109; 82%); and the government of Kuwait ($4,896,782; 18%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $13,495,999 for modification P00020 to previously awarded firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00019-15-D-0026. This modification provides for contractor-owned and operated Type IV supersonic aircraft for airborne threat simulation capabilities in support of the Contracted Air Services Program. Work will be performed in Newport News, Virginia (44%); Point Mugu, California (37%); and various locations outside the continental U.S. (19%), and is expected to be completed in May 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $9,938,480 for modification 004502 to a previously issued delivery order 0045 placed against a basic ordering agreement (N00019-15-G-0026). This modification procures eight E-2C compatible AN/APX-122A Mode 5/S interrogators for the government of Japan. Work will be performed in Greenlawn, New York (82%); and Melbourne, Florida (18%), and is expected to be completed in September 2023. Foreign military sales funds in the amount of $9,938,480 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY C.E. Niehoff & Co.,* Evanston, Illinois, has been awarded a maximum $11,806,163 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engine air conditioner generators. 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 Illinois, with an Aug. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0152). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1944232/source/GovDelivery/

  • Contract Awards by US Department of Defense - August 23, 2019

    27 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 23, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $2,426,326,544 for modification P00002 to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N00019-19-D-0015 F-35 Lightning II Joint Strike Fighter initial spares for the Marine Corps, Navy, Air Force, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Spares to be procured include global spares packages, base spares packages, deployment spares packages, afloat spares packages and associated consumables. Work will be performed in Fort Worth, Texas (24.4%); El Segundo, California (9.1%); Owego, New York (8.6%); Samlesbury, United Kingdom (7.2%); Cheltenham, United Kingdom (6.2%); Nashua, New Hampshire (5.8%); Torrance, California (5.5%); Orlando, Florida (4.9%); Cedar Rapids, Iowa (3.7%); San Diego, California (3.6%); Phoenix, Arizona (3.1%); Melbourne, Florida (3.1%); Irvine, California (2.5%); North Amityville, New York (2.4%); Windsor Locks, Connecticut (2.2%); Baltimore, Maryland (2.2%); Papendrect, The Netherlands (1.9%); Rolling Meadows, Illinois (1.8%); and Alpharetta, Georgia (1.8%). All orders are expected to be placed no later than December 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $1,077,009,532 fixed-price-incentive modification to previously awarded contract N00024-19-C-2235 for the procurement of detail design and construction of Expeditionary Sea Base (ESB) 6 and ESB 7, as well as definitization of ESB 6 long lead time material, pre-production and engineering support. Work will be performed in, San Diego, California (57.9%); Pittsburgh, Pennsylvania (6.0%); Santa Fe, California (5.9%); Beloit, Wisconsin (4.8%); Crozet, Virginia (4.5%); Mexicali, Mexico (3.1%); and various other locations, each accounting for less than 2% (17.8%), and is expected to be complete by January 2025. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,626,008,493, and be complete by January 2025. Fiscal 2019 and 2018 shipbuilding and conversion (Navy) funding in the amount of $1,004,317,973 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with U.S. Code 2304(c) (1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Caterpillar Defense, Peoria, Illinois, is awarded a $54,000,000 indefinite-delivery/indefinite-quantity contract with firm-fixed-price task order for the Service Life Extension Program (SLEP) supporting the Navy's expeditionary force fleet of Caterpillar Heavy Construction Civil Engineering Support Equipment (CESE) at Naval Base Ventura County, Port Hueneme, California. The purpose of this contract is to provide a SLEP for the heavy construction CESE (motorized and non-motorized), special military construction and commercial support equipment, mineral products and plant facility equipment and power production equipment to support the Navy and other Department of Defense components worldwide. This contract contains an option which, if exercised, will bring the contract value to $65,000,000. Work will be performed in Port Hueneme, California; and Gulfport, Mississippi, installations, and is expected to be completed August 2020. If the option is completed, work will continue through February 2025. Funds will be obligated on individual task orders as they are issued. Task orders will be funded by fiscal 2019 other procurement (Navy) funds. Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-19-D-2123). RAFAEL Advanced Defense Systems Ltd., Haifa, Israel, is awarded a $13,336,344 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for intermediate level and depot level test equipment, spare parts, fixturing, repairs, training, engineering services and material support services to establish organic U.S. government I-Level and D-Level Toplite family of electro-optic sights. Work will be performed in Haifa, Israel, and is expected to be complete by August 2024. Fiscal 2019 weapons procurement (Navy) funding in the amount of $4,407,485 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract is awarded on a sole-source basis in accordance with the statutory authority of 10 U.S. Code 2304(c) (1) as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity (N00164-19-D-JQ77). ARMY Raytheon Co., McKinney, Texas, was awarded a $534,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Horizontal Technology Integration Second Generation Forward Looking Infrared (2GF) Commander's Independent Thermal Viewer (CITV), azimuth drive assemblies, azimuth drive armor caps and rings, spares, and engineering services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0015). MD Helicopters Inc., Mesa, Arizona, was awarded a $50,440,584 modification (P00024) to Foreign Military Sales (Afghanistan) contract W58RGZ-17-C-0038 for logistics support for the Afghanistan Air Force MD-530F aircraft fleet. Work will be performed in Kabul, Afghanistan; and Mesa, Arizona, with an estimated completion date of May 31, 2020. Fiscal 2019 and 2020 Afghanistan Security Forces, Army funds in the amount of $50,440,584 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Black & Veatch Special Projects Corp., Overland Park, Kansas (W912DY-19-D-0014); AECOM Services Inc., Boston, Massachusetts (W912DY-19-D-0015); and Zapata Group Inc., Charlotte, North Carolina (W912DY-19-D-0016), will compete for each order of the $49,000,000 firm-fixed-price contract for architectural and engineering services. 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 Aug. 22, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $9,800,000 firm-fixed-price contract for pre-design investigation and design services for the Bureau of Indian Affairs, San Carlos Irrigation Project, power transmission infrastructure improvements located in Coolidge, Arizona. 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 Aug. 22, 2024. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-D-0009). WASHINGTON HEADQUARTERS SERVICES Signature Renovations LLC, Capital Heights, Maryland, has been awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract. The work to be performed provides various design-build/bid-build construction services at the Pentagon and the surrounding Pentagon Reservation. No funds will be obligated at time of award. Fiscal 2019 Pentagon Reservation Maintenance Revolving Fund will be obligated on individual task orders issued during the contract period. Work performance will take place in Arlington, Virginia. The expected completion date is Aug. 23, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0018). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Science Applications International Corp., McLean, Virginia, has been awarded a maximum $48,000,000 modification (P00087) exercising the second two-year option period of a three-year base contract (SPE5EY-14-D-0562) with two two-year option periods and one three-year option period for supply chain management of industrial hardware used in aviation maintenance, repair and overhaul. This is a firm-fixed-price with economic-price-adjustment, indefinite-quantity contract. Locations of performance are Virginia, North Carolina, Florida and California, with a Sept. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. B&H International LLC,* Bakersfield, California, has been awarded a maximum $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for computer subassemblies in support of the Warfighter Information Network-Tactical Increment 2 system. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1) as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is California, with an Aug. 22, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-19-D-0071). AIR FORCE Booz Allen Hamilton, McLean, Virginia, has been awarded an $8,004,263 modification (P00005) to contract FA4890-17-F-3042 for Cyber Command readiness inspection. This contract will support at 15 U.S. Air Force bases in the continental U.S. The contract modification provides for the exercise of an option for an additional year of cyber security support services under the multiple year contract. Work will be performed in accordance with the performance work statement and is expected to be completed by Sept. 24, 2020. Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Next Century Corp.,* Annapolis Junction, Maryland, has been awarded a $7,607,221 cost-plus-fixed-fee/completion type contract for Multimodal Open Interfaces for Reasoning by Artificial Intelligence software prototype system. This contract provides for an integrated platform that hosts algorithms developed by Technical Area 1 (TA1) and TA2 Knowledge-directed Artificial Intelligence Reasoning Over Schemas performers. Work will be performed in Falls Church, Virginia, and is expected to be completed by May 22, 2024. This award is the result of a competitive acquisition and 35 offers were received. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-19-C-0105). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1943009/source/GovDelivery/

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

    27 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

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

    NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $90,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego, and Marine Corps Air Station, Miramar. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, and air conditioning, and fire suppression/protection system installation projects. Work will be performed in San Diego, California. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 18 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2626). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $64,838,526 cost-plus-incentive-fee contract for the Strategic Weapon System Fire Control Subsystem hardware, associated deliverables, and spares for production efforts supporting the second hull of the United Kingdom (U.K.) Dreadnought Class ballistic missile submarines, nuclear, recently named as HMS Valiant, and the U.K. Software Facility. Work will be performed in Pittsfield, Massachusetts, and is expected to be completed Aug. 22, 2025. United Kingdom funds in the amount of $7,570,000 will be obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded on a sole-source basis to General Dynamics Mission Systems in accordance with 10 U.S. Code 2304 (c)(4) and was previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Butt Construction Co. Inc.,* Dayton, Ohio (N69450-19-D-0517); CORE Engineering & Construction Inc.,* Winter Park, Florida (N69450-19-D-0514); Healtheon Inc.,* New Orleans, Louisiana (N69450-19-D-0515); OAC Action Construction Corp.,* Miami, Florida (N69450-19-D-0518); Optimum Construction,* Lafayette, Louisiana (N69450-19-D-0516); and Signature Renovations LLC,* Loretto, Tennessee (N69450-19-D-0513), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contract for construction projects located within the Naval Support Activity (NSA) Mid-South area of responsibility. The maximum dollar value for the five-year ordering period for all six contracts combined is $45,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovations, alterations, demolition, roofing, repair work), including industrial infrastructure, administrative, training, dormitory and community support facilities. Signature Renovations LLC is awarded the initial task order at $234,859 for Building 789, chiller equipment upgrades, located at NSA Mid-South, Millington, Tennessee. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in Tennessee. The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 operation and maintenance Navy (O&M, N) contract funds in the amount of $239,859 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website, with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $44,454,546 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for UHF/VHF standard rack mounted receiver/transmitter radios and accessories to replace out-of-date, non-upgradable radios currently deployed at tactical training ranges worldwide in support of the Systems Replacement and Modernization Program. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed by August 2024. Fiscal 2019 working capital funds (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $2,689,585 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0006). BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $34,872,647 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides for up to 505,560 man-hours of technical, engineering, operations and maintenance support for communication-electronic equipment/systems and subsystems. These services are in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division. Work will be performed at various locations outside the continental U.S. (90%); and California, Maryland (10%), and is expected to be completed in August 2024. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0077). Raytheon Co., Intelligence, Information and Services, Indianapolis, Indiana, is awarded a $29,919,648 cost-plus-fixed-fee order (N00421-19-F-0531) against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for the procurement of V-22 Software Support Activity (SSA) systems and software engineering, avionics integration and testing, software testing, avionics acquisition support, and SSA operations to include classified and unclassified laboratories, configuration and data management, and release of avionics software products and related systems. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2021. Fiscal 2017 and 2019 aircraft procurement (Navy); fiscal 2019 aircraft procurement (Air Force); fiscal 2018 and 2019 research, development, test and evaluation (Navy); and fiscal 2019 operation and maintenance (Air Force and Defense Wide) funds in the amount of $29,919,648 will be obligated at time of award, $13,464,417 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($17,456,960; 58%); the Air Force ($10,847,531; 36%); and the Department of Defense ($1,615,157; 6%). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $23,664,866 for modification P00017 to previously issued order 0025 placed against basic ordering agreement N00019-16-G-0001. This modification exercises an option for engineering, logistics, and program management of F/A-18A-D, E/F, and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $5,822,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. I.E.-Pacific Inc.,* Escondido, California, is awarded $13,231,000 for firm-fixed-price task order N62473-19-F-5136 under a previously awarded multiple award construction contract (N62473-17-D-4628) for construction of a supply warehouse and administrative facility at Marine Corps Base, Camp Pendleton. The work to be performed provides for construction of a new supply warehouse facility with administrative spaces that will consolidate all supply and administrative support functions for the School of Infantry, West, into one building. In addition, the project will construct an outdoor covered training structure to support and conduct training of personnel for assembly and equipment issuance. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $13,332,316. Work will be performed in Oceanside, California, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $13,231,000 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Barnhart-Reese Construction Inc.,* San Diego, California, is awarded $11,456,209 for firm-fixed-price task order N62473-19-F-5115 under a previously awarded multiple award contract (N62473-17-D-4635) for construction of a satellite fire emergency response station in Area 27 of Marine Corps Base, Camp Pendleton. The building square footage should not exceed 15,285 square feet. The fire station is anticipated as a single-story building constructed with concrete masonry unit exterior bearing walls, concrete slabs, foundations and a steel frame supported standing seam metal roof. The complex will include administrative spaces, living quarters, changing areas, showers, laundry rooms, training facilities, storage spaces, a fitness room, kitchen/dining/day room facilities, a covered patio, bathrooms, maintenance areas, storage areas and vehicle apparatus bays. The task order also contains one planned modification, which, if awarded, would increase cumulative task order value to $11,490,362. Work will be performed at Camp Pendleton, California, and is expected to be completed by June 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $11,456,209 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Insight Pacific LLC,* Brea, California, is awarded $8,577,620 for firm-fixed-price task order N62478-19-F-4209 under a previously awarded multiple award construction contract (N62478-18-D-4026) for repair and maintenance of pumps at Joint Base Pearl Harbor-Hickam. The work on Main Pumps 3 and 4 at Dry Dock 4 includes disassembly, removal, main pump overhaul, motor cleaning/repair rewind and reinstallation. The work will also include the repair/replacement of the pump thrust bearings, shaft, shaft couplings and sleeves, bearing supports, piping, baffle plates, hydraulic blade angle systems and controls, oil head and the complete removal and reinstallation of the existing pump impellers. Work will be performed in Oahu, Hawaii, and is expected to be completed by March 2021. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $8,577,620 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, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Raytheon Co., Tucson, Arizona, is awarded $7,229,582 for cost-plus-fixed-fee delivery order N00019-19-F-4153 against a previously issued basic ordering agreement (N00019-15-G-0003) in support of the Maritime Strike Tomahawk (MST) Rapid Deployment Capability. This delivery order provides for an updated technical data package of the guidance test set, upgrade of existing units to support the MST upgrades, including hardware, software. Work will be performed in Tucson, Arizona (85.2%); Logan, Utah (14%); and various locations within the continental U.S. (0.8%), and is expected to be completed in July 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,229,582 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Phoenix Textile Corp., O'Fallon, Missouri, has been awarded a maximum $42,261,856 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Missouri, with an Aug. 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0006). CORRECTION: The contract announced on Aug. 15, 2019, for Sysco Alabama, Calera, Alabama (SPE300-19-D-3234), for $37,893,960, was announced with an incorrect award date. The correct award date is Aug. 20, 2019. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY The University of Southern California, Marina del Rey, California, was awarded a $19,843,137 cost-no-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Marina del Rey, California; Arlington, Virginia; and Columbia, Maryland, with an expected completion date of August 2023. Fiscal 2019 research, development, test and evaluation funding in the amount of $2,905,000 are being obligated at time of award. This contract was a competitive acquisition under a broad agency announcement and nine offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-19-C-0084). ARMY Weeks Marine Inc., Covington, Louisiana, was awarded an $8,385,050 firm-fixed-price contract for furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge. One bid was solicited with one bid received. Work will be performed in Lafourche, Louisiana, with an estimated completion date of Jan. 7, 2020. Fiscal 2019 operations and maintenance, Recovery Act, civil funds in the amount of $8,385,050 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0061). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1941859/source/GovDelivery/

  • Hughes Partners with Startup to Create New Solutions for Extending LTE Coverage Using Helicopters, UAVs

    27 août 2019 | International, Aérospatial, C4ISR

    Hughes Partners with Startup to Create New Solutions for Extending LTE Coverage Using Helicopters, UAVs

    Hughes Defense connects the ground user with the helicopter giving over the horizon cellular comms from air-to-ground. Hughes Network Systems, LLC (HUGHES), the global leader in broadband satellite networks and services, in partnership with Virtual Network Communications, Inc. (VNC), today announced new joint solutions to extend mobile network connectivity using an integrated combination of VNC's deployable LTE technology with Hughes JUPITER™ and HM satellite systems. The new solutions support various global applications for government, militaries, first responders, and commercial Mobile Network Operators (MNOs). “We're excited to work with Hughes to help expand high speed 4G services cost-effectively in underserved parts of the world, as well as providing the tactical edge for military and first responders,” said Mohan Tammisetti, chief executive officer of VNC. “VNC developed this innovative, edge-centric approach to positively impact lives and keep critical missions connected. Additionally, a new 5G solution is on our development roadmap and we look forward to integrating it with the Hughes JUPITER platform.” For Government & Military: Designed to provide wireless coverage for soldiers or first responders, the new Hughes HeloCell™ Solution integrates VNC's LTE technology with the Hughes HeloSat™ Solution, which provides Beyond Line of Sight (BLoS) communications on rotary-wing aircraft. For military and emergency applications, the Hughes and VNC technologies combine to form an “airborne cell tower” when installed aboard a helicopter or an Unmanned Aerial Vehicle (UAV). The solution provides an extended cellular coverage radius of tens of kilometers, with the satellite terminal backhauling the mobile traffic to and from the network core. The solution can also scale to support more than 100 simultaneous active users on a single, layered system architecture. “Adaptable for rotary-wing aircraft and UAVs, the HeloCell Solution is ideal for extending mobile connectivity in a disaster area or warzone,” said Wayne Marhefka, senior director of business development for Hughes Defense Division. “Together with VNC, Hughes can extend connectivity to soldiers and first response teams who need wireless communications to carry out their missions, especially in remote and disconnected environments. Integrating with our innovative HM and JUPITER Systems technology, these new cellular capabilities will help the DoD build a layered and unified communications network architecture for faster and more-informed decision-making.” For Commercial Mobile Network Operators: The VNC LTE technology can also be integrated with the JUPITER System to backhaul mobile traffic, enabling MNOs to quickly and cost-effectively provide 4G access to people in areas unserved or underserved by terrestrial connectivity – especially in remote and hard-to-reach areas. In tests, the integrated solution sent 4G LTE traffic to the core network at speeds of 200 Mbps. “An economically efficient way for mobile network operators to reach new customers is by backhauling 4G LTE traffic over satellite in areas where it's too expensive to build terrestrial infrastructure,” said Vinay Patel, senior director, International Division at Hughes. “Now, we can offer VNC's innovative 4G LTE technology integrated with our Hughes JUPITER™ System to offer operators a new and cost-effective option to expand their networks.” For more information about Hughes defense solutions, please visit defense.hughes.com For more information about Hughes cellular backhaul solutions, please visit www.hughes.com About Virtualnetcom Virtual Network Communications, Inc. designs, develops, manufactures, markets, and supports a line of network products for wireless network operators, mobile virtual network operators (MVNO), cable TV system operators, and government and business enterprises that enable new sources of revenue and reduce capital and operating expenses. Our vision is to reinvent how wireless networks service mission critical communications for Public Safety, Homeland Security, Department of Defense and commercial Private Network users. We envision the future of virtualized MICRO networks blanket the Globe, without expensive Terrestrial based Radio Towers and Building installations. For more information, please visit the Virtualnetcom website at www.virtualnetcom.com About Hughes Network Systems Hughes Network Systems, LLC (HUGHES) is the global leader in broadband satellite technology and services for home and office. Its flagship high-speed satellite Internet service is HughesNet®, the world's largest satellite network with over 1.3 million residential and business customers across the Americas. For large enterprises and governments, the company's HughesON™ managed network services provide complete connectivity solutions employing an optimized mix of satellite and terrestrial technologies. The JUPITER™ System is the world's most widely deployed High-Throughput Satellite (HTS) platform, operating on more than 20 satellites by leading service providers, delivering a wide range of broadband enterprise, mobility and cellular backhaul applications. To date, Hughes has shipped more than 7 million terminals of all types to customers in over 100 countries, representing approximately 50 percent market share, and its technology is powering broadband services to aircraft around the world. Headquartered outside Washington, D.C., in Germantown, Maryland, USA, Hughes operates sales and support offices worldwide, and is a wholly owned subsidiary of EchoStar Corporation (NASDAQ: SATS), a premier global provider of satellite operations. For additional information about Hughes, please visit www.hughes.com and follow @HughesConnects on Twitter. About EchoStar EchoStar Corporation (NASDAQ: SATS) is a premier global provider of satellite communication solutions. Headquartered in Englewood, Colo., and conducting business around the globe, EchoStar is a pioneer in secure communications technologies through its Hughes Network Systems and EchoStar Satellite Services business segments. For more information, visit www.echostar.com. Follow @EchoStar on Twitter. https://dronescrunch.com/hughes-partners-with-startup-to-create-new-solutions-for-extending-lte-coverage-using-helicopters-uavs/

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.