Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3601 nouvelles

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

  • Contract Awards by US Department of Defense - August 6, 2019

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

    Contract Awards by US Department of Defense - August 6, 2019

    NAVY Lockheed Martin Space, Littleton, Colorado, is awarded a maximum amount $405,770,000 un-priced letter contract modification PH0006 to a previously awarded and announced un-priced letter contract (N00030-19-C-0025) for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Army Intermediate Range Conventional Prompt Strike Weapon System flight test demonstrations. Work will be performed at Littleton, Colorado, with an expected completion date of Jan. 1, 2024. Fiscal 2019 research, development, test, and evaluation funds in the amount of $33,000,000 are being obligated on this award, which will not expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida (N69450-19-D-0917); The Clement Group,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build and design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command Southeast area of operations in north Florida/south Georgia. The maximum dollar value for the five-year ordering period for all seven contracts combined is $195,000,000. The work to be performed provides for, but is not limited to, general building type projects (new construction, renovation, alteration, demolition and repair work) including aviation and aircraft facilities; marine facilities; barracks and personnel housing facilities; administrative facilities; warehouses and supply facilities; training facilities; personnel support and service facilities, and security level facilities. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. Windamir Development Inc. is awarded the initial task order at $10,576,432 for P643 Reserve Training Building at Fort Benning. Work for this task order is expected to be completed by September 2021. All work on this contract will be performed in Florida (50%); and Georgia (50%). The term of the contract is not to exceed 60 months, with an expected completion date of August 2024. Fiscal 2019 military construction (MILCON); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,582,432 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON (Navy); operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 40 proposals received. Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Marietta, Georgia, is awarded $16,465,887 for modification P00005 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0014). This modification increases the ceiling of the contract to procure consumable parts and material, technical publications and engineering services in support of the C/KC-130J aircraft. Work will be performed in Marietta, Georgia (84.5%); Miramar, California (2.5%); Cherry Point, North Carolina (2.5%); Elizabeth City, North Carolina (2.5%); Fort Worth, Texas (2.5%); Abdullah Al-Mubarak Air Base, Kuwait (2.5%); Iwakuni, Japan (2.5%); and Greenville, South Carolina (0.5%), and is expected to be completed in December 2019. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hydroid Inc., Pocasset, Massachusetts, is awarded a $15,826,493 indefinite-delivery/indefinite-quantity contract for engineering support and training services for the MK 18 Family of Systems– Unmanned Underwater Vehicle systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,024,996. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by August 2020. If options are exercised, work will continue through August 2024. No funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0010). King Nutronics Corp.,* Woodland Hills, California, is awarded an $11,865,150 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for precision pressure standard systems to support the Naval Air Systems Command, Metrology and Calibration Program. The Naval Air Systems Command, Metrology and Calibration Program provides support to Navy depot level and intermediate calibration laboratories. The precision pressure standards systems provide the Naval Air Systems Command, Metrology and Calibration Program with the capability of providing inter-service calibration workload for the Air Force and Marine Corps. The precision pressure standards systems are used at intermediate level calibration laboratories afloat and ashore, as well as the depot level calibration laboratories to verify the accuracy and precision of test instruments such as dial pressure gauges and digital pressure measurement devices. Work will be performed in Woodland Hills, California, and is expected to be completed by August 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $263,670 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-19-D-0003). Raytheon Co., Keyport, Washington, is awarded $11,738,000 for firm-fixed-priced undefinitized delivery order N00024-19-F-6308 under indefinite-delivery/indefinite-quantity contract N61331-17-D-0001for deploy and retrieve systems in support of the AN/AQS-20 program. The highly specialized equipment under this contract will deploy, tow and retrieve the AN/AQS-20 sonar in support of mine hunting operations. The AN/AQS-20 is an advanced mine hunting sonar for the Littoral Combat Ship's Mine Countermeasures Mission package. Work will be performed in Keyport, Washington (90%); and Portsmouth, Rhode Island (10%), and is expected to be complete by October 2020. Fiscal 2019 other-procurement (Navy) funds in the amount of $5,751,620 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1): only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. ARMY ECS Federal LLC, Fairfax, Virginia, was awarded a $78,725,114 modification (P00003) to contract W911QX-18-C-0037 for machine learning and computer vision engineering. Work will be performed in Fairfax, Virginia, with an estimated completion date of July 16, 2022. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $35,847,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Hyman Brickle & Son,* doing business as Northwest Woolen Mills, Woonsocket, Rhode Island, has been awarded a maximum of $8,198,835 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Locations of performance are Rhode Island, Massachusetts, and North Carolina, with an Aug. 5, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1180). Raytheon Co., Marlborough, Massachusetts, has been awarded a maximum $7,756,450 firm-fixed-price contract for multiple radio equipment components. 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 with no option periods. Locations of performance are Virginia and Massachusetts, with a Nov. 17, 2021, 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, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-F-DK0Q). CORRECTION: The $49,019,871 contract announced on Aug. 1, 2019, for Sysco Raleigh LLC, Selma, North Carolina (SPE300-19-D-3230), included an incorrect award date. The correct award date is Aug. 2, 2019. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1927732/

  • Contract Awards by US Department of Defense - August 5, 2019

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

    Contract Awards by US Department of Defense - August 5, 2019

    DEFENSE INTELLIGENCE AGENCY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (HHM402-19-D-0005); Bluehawk LLC,* West Palm Beach, Florida (HHM402-19-D-0008); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-19-D-0007); CACI Inc. – Federal, Arlington, Virginia (HHM402-19-D-0015); Calhoun International LLC,* Tampa, Florida (HHM402-19-D-0009); Celestar Corp.,* Tampa, Florida (HHM402-19-D-0010); CSRA LLC, Falls Church, Virginia (HHM402-19-D-0016); Edge Analytic Solutions LLC,* McLean, Virginia (HHM402-19-D-0012); Fulcrum IT Services LLC, Centerville, Virginia (HHM402-19-D-0017); Invictus International Consulting LLC,* Alexandria, Virginia (HHM402-19-D-0013); Leidos Inc., Reston, Virginia (HHM402-19-D-0018); Mission Essential Personnel LLC, New Albany, Ohio (HHM402-19-D-0019); Preting LLC,* Alexandria, Virginia (HHM402-19-D-0014); SOS International LLC, Reston, Virginia (HHM402-19-D-0020); The Buffalo Group LLC, Reston, Virginia (HHM402-19-D-0021); and Vencore/Perspecta, Chantilly, Virginia (HHM402-19-D-0022), were awarded a five-year base plus five one-year option indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract called Solutions for Intelligence Analysis 3 (SIA 3) with a combined ceiling value of $17,100,000,000. This contract will provide worldwide coverage, support and assistance to the Defense Intelligence Agency by delivering timely, objective and cogent military intelligence to warfighters, defense planners and defense and national security policy makers, all vital to the security of the U.S. Work will be performed at contractor facilities and at government facilities in multiple locations in the continental U.S. and overseas with a start date of Aug. 5, 2019, and an estimated completion date of Aug. 4, 2029. The SIA 3 contract was awarded through a full and open solicitation and 29 offers were received. Six of the 16 awardees are small businesses. Each company will receive a $1,000 minimum guarantee. Task orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, cost-plus-incentive-fee, cost-plus-award-fee and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. ARMY ZGF-Leo A. Daly JV, Omaha, Nebraska, was awarded a $130,000,000 firm-fixed-price contract for engineering, architectural, renovation, construction of new specialty care building, construction of a new parking garage, upgrades to utility and energy plant, demolition of buildings, development and evaluation of alternatives, design, and support during construction. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-D-0002). AECOM Technical Services Inc., Los Angeles, California (W9128F-19-D-0009); Burns & McDonnel, Kansas, Missouri (W9128F-19-D-0007); Jacobs Engineering Group Inc., St. Louis, Missouri (W9128F-19-D-0010); and HDR Engineering Inc., Omaha, Nebraska (W9128F-19-D-0008), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineer services, preparation of studies, analysis and design. 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. 4, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. Tetra Tech Inc., Marlborough, Massachusetts, was awarded a $45,000,000 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for architect-engineer design, quality control, master planning, planning and programming documentation, transportation, force protection, construction phase services and subject matter expert support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-D-0013). Messer Construction Co., Cincinnati, Ohio, was awarded a $28,968,000 firm-fixed-price contract for construction of a maintenance hangar, maintenance hangar area, general purpose shop area, corrosion control area and avionics shop area. Bids were solicited via the internet with four received. Work will be performed in Louisville, Tennessee, with an estimated completion date of Aug. 15, 2021. Fiscal 2019 military construction funds in the amount of $28,968,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Tennessee, is the contracting activity (W912L7-19-C-7001). HDR Engineering Inc., Omaha, Nebraska, was awarded a $20,000,000 firm-fixed-price contract for architect, engineering and design 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. 6, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4010). Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $16,675,000 modification (P00005) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Feb. 5, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity. Science Applications International, Reston, Virginia, was awarded a $16,498,835 modification (0001 44) to contract W31P4Q-18-A-0011 for systems engineering support. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 31, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $16,498,835 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. SourceAmerica, Vienna, Virginia, was awarded a $9,998,043 firm-fixed-price contract for manufacturing and development of the Army Green Service Uniform. One bid was solicited with one bid received. Work will be performed in Vienna, Virginia, with an estimated completion date of Aug. 4, 2020. Fiscal 2019 research, development, test and evaluation; and military personnel, Army funds in the amount of $9,998,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0063). Integrated Environmental Solutions Inc.,* Crestwood, Illinois, was awarded a $9,737,430 firm-fixed-price contract to stabilize the existing crib structure for the Chicago Lock's North Pier. Bids were solicited via the internet with three received. Work will be performed in Chicago, Illinois, with an estimated completion date of May 31, 2021. Fiscal 2017, 2018 and 2019 civil construction funds in the amount of $9,737,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-19-C-0009). NAVY ShadowObjects LLC, Leonardtown, Maryland, is awarded a $34,060,886 cost-plus-fixed-fee, labor hour, cost-reimbursable indefinite-delivery, indefinite-quantity contract. This contract provides support services to include acquisition management, acquisition planning, acquisition execution and administration, program management, systems engineering, process automation and financial management in support of the Naval Air Systems Command Logistics and Industrial Operations group; Commander, Fleet Readiness Centers, Corporate Business Office and other Department of Defense commands and activities. Work will be performed in Patuxent River, Maryland (74%); and Lexington Park, Maryland (26%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0073). The Boeing Co., Seattle, Washington, is awarded $32,078,298 for modification P00149 to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification provides for the performance of damage tolerance analysis on the P-8A aircraft to determine the damage tolerance rating. Additionally, this modification will provide non-destructive inspections for structural components on the P-8A aircraft. Work will be performed in Seattle, Washington (74%); St. Louis, Missouri (21%); and Huntsville, Alabama (5%), and is expected to be completed in March 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $32,078,298 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. Harris Corp., RF Communications, Rochester, New York, is awarded an $18,739,106 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of various radios and associated communications equipment for the Tactical Air Control Party – Modernization (TACP-M) program. This action supports the Air Force TACP-M program's Air Support Operations Center Gateway Systems, Gateway Lite Systems, Stryker Systems, Mobile Communication Systems and Dismounted Systems. The Harris Corp. radios are hardware that provide tactical communications in a man-pack portable kit that is designed to be packed into a bag or case that can be easily carried or worn by the user. Each of the radios has unique properties. The Harris Corp. radios and related equipment have proven interoperability within the existing TACP-M architecture. Work will be performed in Rochester, New York, and is expected to be complete by December 2024. Fiscal 2019 operations and maintenance (Air Force) funding in the amount of $120,080 is obligated at contract award and will expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JV38). The Raytheon Co., Indianapolis, Indiana, is awarded $17,486,136 for modification P00002 to a previously awarded firm-fixed-price contract (N00019-19-C-0056) to procure 72 LAU-115 D/A missile launchers; 16 LAU-116 B/A missile launchers left hand; and 32 LAU-116 B/A missile launchers right hand. Work will be performed in Indianapolis, Indiana, and is expected to be completed in February 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,486,136 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. The University of Southern California (USC), Los Angeles, California, is awarded a $9,338,631 cooperative research agreement to research development of an artificial intelligence system that acquires machine common sense through observation from images, video and text by absorbing knowledge from both manually created sources and by human guidance. This research seeks capabilities that can enable artificial intelligence agents to support search and rescue efforts, autonomous vehicle navigation in unfamiliar terrain and machines that can adapt to unforeseen circumstances. This is a four-year contract with no options. Work will be performed at USC in Los Angeles, California, and is expected to be completed Aug. 4, 2023. Research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $1,018,876 will be obligated at the time of award. This agreement was competitively procured via a broad agency announcement and publication on the Federal Business Opportunities website, with 23 proposals received and nine selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4032). Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is awarded $8,611,774 for cost-plus-fixed-fee modification P00037 under previously awarded contract N66604-15-C-086C on a sole-source basis to provide additional engineering services. The modification includes 35,000 hours and other direct costs associated with system and shipboard integration, required system changes and support of government led testing and training. Under this modification, Raytheon will provide the required services and deliverables to achieve weight reduction of the Escort Mission Module (EMM) towed systems and associated dry-end components in support of Littoral Combat Ship Anti-Submarine Warfare Mission Package. Raytheon is responsible for fabrication, test and delivery of the EMM components. Work will be performed at various contractor site and Department of Defense facilities in Portsmouth, Rhode Island (90%); Ft. Pierce, Florida (5%); and San Diego, California (5%), and is expected to be complete in December 2021. Fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $2,053,121 will be obligated at award, and will not expire at the end of the fiscal year. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity. U.S. TRANSPORTATION COMMAND Harley Marine Services Inc., Seattle, Washington, has been awarded a firm fixed-price contract, HTC711-19-C-W002, in the estimated amount of $19,819,032. The contract provides transportation of Department of Defense-owned fuel and marine diesel by tug and barge to the Defense Logistics Agency. Work will be performed in all ordered U.S. ports and points on the Atlantic and Gulf Coast and their connecting waterways, inland waterways, coastal waterways, rivers and tributaries. The contract base period of performance is from Nov. 1, 2019, to Oct. 31, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Raytheon Co., Goleta, California, was awarded a modification to exercise an option totaling $8,263,421 to previously awarded contract HR0011-19-C-0010 for a Defense Advanced Research Projects Agency research project. The modification brings the total cumulative face value of the contract from $4,334,736 to $12,598,157. Work will be performed in Goleta, California; Waltham, Massachusetts; Irvine, California; Oxnard, California; and Joplin, Missouri, with an expected completion date of Nov. 4, 2020. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $6,723,915 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1926294/source/GovDelivery/

  • Can a dragonfly teach a missile how to hunt?

    6 août 2019 | International, C4ISR

    Can a dragonfly teach a missile how to hunt?

    By: Jen Judson WASHINGTON — A computational neuroscientist is studying whether a dragonfly's excellent hunting skills can be replicated in a missile's ability to maneuver and destroy targets midair with better precision. Dragonflies are vicious little creatures with a hit-to-kill track record of 95 percent, meaning only 5 percent of its prey escapes. Sandia National Laboratories' Frances Chance is building algorithms that simulate how a dragonfly processes information when intercepting prey, and she's testing them in a virtual environment. So far, the results are promising. The laboratories are federally funded and focus on national security missions through scientific and engineering research. The project is a yearlong, high-risk, high-gain effort that will wrap up in September, and it is funded by Sandia's Autonomy for Hypersonics Mission Campaign, Chance said. “I think what is really interesting about insects, in general, is they do something really fast and really well, but they are not particularly smart in the way you or I would think of ourselves as being smart,” Chance told Defense News in a recent interview. While insects may not be the right fit for studying cognitive capabilities to develop complex artificial intelligence, they are ideal for developing efficient computations for intercept capability. A dragonfly can react to a particular prey's maneuvers in 50 milliseconds, Chance explained. That amount of time accounts for information to cross three neurons in a dragonfly's brain. This indicates the dragonfly doesn't learn how to hunt, but rather the skill is inherent and part of its brain's hard-wiring. “The challenge then is: Is there anything that we can learn from how dragonflies do this that we can then bring to the next generation of missiles, or maybe even the next-next generation of missiles?” Chance said. By developing an artificial neural network that mimics a dragonfly's ability to hunt and then applying it to missile capabilities that rely on computation-heavy systems, one could reduce the size, weight and power needed for a missile's onboard computers; improve intercept techniques for targets such as hypersonic weapons; and home in on targets using simpler sensors. If the model of a dragonfly's neural circuit developed through Chance's research shows enough promise, she would then pass the information to scientists, who would try to directly apply it to weapons systems. One of the greatest leaps involves adapting an algorithm to handle the speed at which a missile flies. While a dragonfly is fast, it's not nearly as fast as a missile. Animal brains process information significantly slower than a computer, so it's possible computations can be sped up to better align with the speed at which a missile approaches targets. “The hope is that even if the algorithm isn't wildly successful, you might be able to say something about what you can get away with in terms of what types of capabilities you give the next generation of weapons,” Chance said. The model she's building is several steps removed from implementation onto a weapon. “I would consider the project complete when we have a viable model — ‘viable' meaning it does interception — and a bonus if it's neurobiologically plausible. There is no reason to force that for this type of research, but only because it doesn't necessarily matter; so something biologically inspired that works I would consider a success.” https://www.c4isrnet.com/land/2019/08/05/can-a-dragonfly-teach-a-missile-how-to-hunt/

  • Carderock Uses High-Fidelity Signature Simulation to Train Surface Combat Systems

    5 août 2019 | International, C4ISR

    Carderock Uses High-Fidelity Signature Simulation to Train Surface Combat Systems

    By Benjamin McNight III, Naval Surface Warfare Center, Carderock Division Public Affairs WEST BETHESDA, Md. (NNS) -- In the world of simulations, getting a system to act as close to authentic as the real-world situations it represents is always the main goal. Naval Surface Warfare Center (NSWC), Carderock Division develops high-fidelity acoustic simulation and training systems, giving naval personnel the ability to practice combat scenarios virtually. The Combined Integrated Air and Missile Defense (IAMD) and Anti-Submarine Warfare (ASW) Trainer, better known as CIAT, made its official debut in December 2018 at Naval Base San Diego. In June, Naval Station Norfolk became the site for another CIAT installation. Motions to create this trainer began in 2014, according to Rich Loeffler, Carderock's senior scientific technical manager, director for signatures, tactical decision aids and training systems (Code 705). “CIAT is what we refer to as a Combat Systems Team Trainer,” Loeffler said. “Meaning that your goal is to bring in the whole portion of the crew that would be operating the combat system and train them in a shore site how they can best utilize the system when they are at sea.” Carderock shares CIAT responsibilities with NSWC Dahlgren Division. Dahlgren is responsible for the overall system integration and manages the IAMD aspect of the trainer, while Carderock leads the development of the acoustic and ASW capabilities. Carderock also has capabilities that contribute to the IAMD training. Using the periscope simulation that creates a real-time visual simulation of what one could see through the periscope of a submarine, Loeffler said they were able to utilize that technology for the surface ship trainer in the CIAT. “In this case, they have deck cameras if they want to be able to see when a missile launches from the forward or aft launchers. We basically provide the visuals for that,” he said. By modeling the threats and the ocean environment and then stimulating the actual tactical combat system software, the CIAT system is highly flexible in the ability to train real-world scenarios. With the many possibilities of training situations that can be created within the CIAT comes the need to use multiple sources of knowledge to create effective training situations that will benefit the fleet. “We'll work with people like the Office of Naval Intelligence to get threat intelligence data, we'll work with folks like the Naval Oceanographic Office to get the latest environmental models and databases, and then we'll work with the tactical programs themselves to get the tactical software,” Loeffler said. “Our role here at Carderock has been to leverage signature simulation capabilities we have developed over the years across submarine, surface and surveillance ASW trainers and provide the system design, development, integration and testing support to implement the CIAT requirement to support the fleet's training needs,” he said. Before the CIAT existed, the Surface ASW Synthetic Trainer (SAST) was developed by Carderock as an on-board embedded training system within the AN/SQQ-89 A(V)15 Sonar system. Loeffler said beginning in 2008, they went through a series of large analyses to compare and contrast what the simulation produced with what operators saw at sea. The data from that testing helped further develop the SAST and subsequently create the CIAT. Now, they are able to represent all components of the operations they run from the physics modeling perspective, such as what sounds are generated and how they propagate through the water, interactions with interfering objects and sea-state effects on these variables. “Since we're acoustically stimulating the actual tactical software of the sonar system, the users are operating the systems just as they would at sea,” he said. Loeffler believes that there is not anything off limits for what the CIAT can do, but adapting with new threats will require the right development within the trainer to represent the real-world situation. Although the system is relatively new, discussions on the next steps in the development of the trainer are already taking place with the help of Center for Surface Combat Systems (CSCS) defining and prioritizing fleet training requirements “CSCS is basically the primary stakeholder that owns the surface-ship training schoolhouses, and they've done their requirements review to see what additional capabilities they'd like to see in the next version of CIAT,” Loeffler said. “So, we're going through that process, assessing those requirements and looking for what would go into the next version to further improve training and also address training of the new combat system capabilities as they are being introduced into the fleet.” https://www.navy.mil/submit/display.asp?story_id=110471

  • Acorn Growth Companies Acquires Robbins-Gioia

    5 août 2019 | International, Aérospatial, C4ISR

    Acorn Growth Companies Acquires Robbins-Gioia

    OKLAHOMA CITY--(BUSINESS WIRE)--Acorn Growth Companies, a private equity firm investing exclusively in aerospace, defense and intelligence, announced today the investment and controlling interest in Robbins-Gioia, a market leader in providing unique systems modernization and enterprise solutions focused on enhancing capabilities and improving performance and readiness for the federal government and industry. “Our investment in Robbins-Gioia represents our ongoing commitment in supporting the nation's requirements to modernize, streamline and secure its information technology architecture,” said Rick Nagel, managing partner of Acorn Growth Companies. “Robbins-Gioia's expertise in complex, enterprise-wide systems modernization, as well as the deeply embedded nature of its proprietary software products in critical military MRO systems have positioned the company for strong future growth. As the federal government continues to focus on systems modernization and warfighter readiness, we expect Robbins-Gioia will continue to deliver thought leadership and innovative solutions in support of these missions.” Headquartered in Alexandria, Virginia, Robbins-Gioia was the first firm to specialize in systems modernization solutions for the federal government and industry – transforming how they deliver and maintain readiness. The firm has evolved to be globally recognized for delivering purpose-built solutions to diverse challenges in business and government that modernize, secure and make its information technology architecture more efficient and effective through managed services, management consulting and innovative software tools, including The Jaguar Family of Advanced Scheduling Tools (JFAST™). JFAST is Robbins-Gioia 's premier suite of software tools for planning, analysis and management of complex, mission-critical activities for defense organizations. Robbins-Gioia enables the readiness of some of the nation's most critical military assets – keeping aircraft flying and ships sailing, using its JFAST scheduling systems. “We're excited to be partnered with Acorn Growth Companies,” said Brad King, CEO of Robbins-Gioia. “Acorn has a strong track record of success investing in and enabling the growth of companies within aerospace, defense and intelligence. With its tremendous network and planned investments in our people, processes and products, we see this partnership with Acorn as a key driver in the achievement of our vision to be the leader in delivering modernization and transformation for the federal government and similarly complex enterprises.” Terms of the transaction were not disclosed. About Robbins-Gioia Founded in 1980, Robbins-Gioia was the first firm specializing in program management services for the federal government. Today, they are the market leader in providing unique systems modernization and enterprise solutions focused on enhancing capabilities and improving performance and readiness for the federal government and industry. They deliver purpose-built solutions to diverse challenges in business and government through managed services, management consulting and software tools including JFAST™, RG's premier suite of software tools for planning, analysis, and management of complex, mission-critical activities for defense organizations. www.teamrg.com Acorn Growth Companies is a middle market private equity firm focused exclusively on Aerospace, Defense and Intelligence. Acorn invests solely in operating companies that strive to enhance global mobility and protect national interests. Acorn has a formidable reputation in the industry and is recognized for its deep understanding of the aerospace & defense markets, with proprietary access to the best companies within these sectors. With operational expertise and its ability to lead and manage investments through variable economic and industry cycles, Acorn works in tandem with management to build its portfolio companies into significant market leaders. AcornGrowthCompanies.com https://www.businesswire.com/news/home/20190805005409/en

  • Contract Awards by US Department of Defense - August 2, 2019

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

    Contract Awards by US Department of Defense - August 2, 2019

    AIR FORCE HEBCO Inc., Oklahoma City, Oklahoma, has been awarded an $80,000,000 indefinite-delivery/indefinite-quantity contract for A-10 technical order sustainment. This contract provides for 10 years of non-personal technical services in support of technical order sustainment activities by providing technically accurate and up-to-date digital technical data. Work will be performed at Oklahoma City, Oklahoma; and Clearfield, Utah, and is expected to be complete by Aug. 1, 2030. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $445,739 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-19-D-0003). The Boeing Co., Seattle, Washington, has been awarded a not-to-exceed $55,500,000 undefinitized contract action modification (P00177) to the previously awarded, FA8625-11-C-6600, for KC-46 engineering, manufacturing and development contract. This modification is for the system level hardware and software critical design review of the boom telescope actuator redesign. Work will be performed at Seattle, Washington, and is expected to be completed February 2021. Fiscal 2018 research and development funds in the amount of $20,845,672 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. Rockwell Collins Simulation & Training Solutions, Cedar Rapids, Iowa, has been awarded a $40,219,702 indefinite-delivery/indefinite-quantity contract for E-8 Aircrew Training Device sustainment. This contract provides for contractor logistics support and training system support center operations of the Joint Surveillance Target Attack Radar System Aircrew Training Device. Work will be performed at Robins Air Force Base, Georgia; and Sterling, Virginia, and is expected to be complete by Aug. 3, 2029. This award is the result of a sole-source acquisition. Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $3,556,865 are being obligated on the first delivery order at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8529-19-D-0001). Raytheon Co. Space and Airborne Systems, McKinney, Texas, has been awarded a $23,817,657 contract for two prototype High Energy Laser Weapon Systems (HELWS). This award provides for outside continental U.S. (OCONUS) field assessment for purposes of experimentation including, but is not limited to, 12 months of in-field operation by Air Force personnel against unmanned aerial systems threats. Work will be performed OCONUS and is expected to be completed by Nov. 1, 2020. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $23,817,657 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8650-19-9-9326). DEFENSE LOGISTICS AGENCY C&C Produce Inc.,* North Kansas City, Missouri, has been awarded a maximum $48,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a 36-month contract with no option periods. Locations of performance are Kansas and Missouri, with a July 30, 2022, performance completion date. Using customers are Army, Air Force, and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-P345). ARMY NTVI Enterprises LLC,* Falls Church, Virginia (W9127S-19-D-6001); Global Engineering & Construction LLC,* Renton, Washington (W9127S-19-D-6002); KJS Support Services JV LLC,* Fort Worth, Texas (W9127S-19-D-6003); and Royce Construction Services LLC,* Reston, Virginia (W9127S-19-D-6000), will compete for each order of the $45,000,000 firm-fixed-price contract for mechanical infrastructure repair services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 1, 2022. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity. American Ordnance, Middletown, Iowa, was awarded a $43,351,782 modification (0003 28) to contract W52P1J-16-D-0050 for M795 155mm projectile load assemble and pack. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2022. Fiscal 2017, 2018 and 2019 procurement of ammunition, Army funds in the amount of $43,351,782 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY HGSNet LLC, Vienna, Virginia, was awarded a Direct 8(a), firm-fixed-price contract, HC1084-19-C-0006, for development, deployment and sustainment (DD&S) services. These services include requirements analysis, software engineering, systems integration and interoperability, data engineering and management, test, deployment, and development, security and operations (DevSecOps), cloud, infrastructure engineering and transitioning systems to operations in support of the National Background Investigations System. The place of performance will be at the contractor's location in Vienna, Virginia. The contract ceiling is $21,932,725 funded by fiscal 2019 research, development, testing and evaluation funds; and operations and maintenance funds. The proposal was solicited via email to HGSNet LLC. The period of performance consists of one one-year base period and one six-month option period. The period of performance for the base year is Aug. 5, 2019, through Aug. 4, 2020, and the option period follows through to Feb. 5, 2021. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. Kapili Services LLC, Orlando, Florida, was awarded a Direct 8(a), firm-fixed-price contract, HC1084-19-C-0005, for system engineering and technical assistance (SETA) support services. The face value of this action is $18,095,364 funded by fiscal 2019 operations and maintenance funds. The total cumulative value of the contract is $18,095,364. Performance will be at the contractor's facility located in Orlando, Florida. The proposal was solicited via email to Kapili Services LLC. The period of performance consists of one one-year base period and two one-year options. The period of performance is for the base year is Aug. 5, 2019, through Aug. 4, 2020, and the option years follow consecutively through Aug. 4, 2022. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. NAVY The Boeing Co., St. Louis, Missouri, is awarded $8,905,835 for modification P00023 to a previously awarded cost-plus-fixed-fee contract, N00019-16-C-0032, to continue software development efforts for calendar year 2019 in support of the Next Generation Jammer. Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,905,835 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. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1924880/source/GovDelivery/

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

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

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

    DEFENSE LOGISTICS AGENCY Tesoro Refining and Marketing Co., San Antonio, Texas (SPE602-19-D-0506, $348,692,953); BP Products North America Inc., Chicago, Illinois (SPE602-19-D-0514, $315,599,804); Par Hawaii Refining LLC, Houston, Texas (SPE602-19-D-0510, $271,274,321); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-19-D-0504, $260,554,844); Equillon Enterprises LLC, doing business as Shell Oil Products, Houston, Texas (SPE602-19-D-0509, $228,126,037); BP West Coast Products LLC, Blaine, Washington (SPE602-19-D-0512, $157,502,370); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-19-D-0513, $156,746,055); Petro Star Inc.,* Anchorage, Alaska (SPE600-19-D-0505, $110,836,555); Phillips 66 Co., Houston, Texas (SPE602-19-D-0515, $58,246,377); Epic Aviation LLC, Salem, Oregon (SPE602-19-D-0508, $38,905,276); and Sinclair Oil Corp.,* doing business as Sinclair, Salt Lake City, Utah, (SPE602-19-D-0507, $38,197,366), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-19-R-0703 for various types of fuel. These were competitive acquisitions with 21 offers received. They are one-year contracts with a 30-day carryover. Locations of performance are Texas, Illinois, Washington, Alaska, Oregon, Utah, and the Rocky Mountain Region of the continental U.S., with an Oct. 30, 2020, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Petro Star Inc.,* Anchorage, Alaska, has been awarded a maximum $52,630,968 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JA1 jet fuel. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with a 30-day carryover. Location of performance is Alaska, with an Oct. 30, 2020, performance completion date. Using customer is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-19-D-0517). Sysco Raleigh LLC, Selma, North Carolina, has been awarded a maximum $49,019,871 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. 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 286-day contract with no option periods. Location of performance is North Carolina, with a May 16, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3230). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $27,537,300 firm-fixed-price requirements contract for pneumatic tire wheel assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a July 29, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0130). (Awarded July 30, 2019) U.S. TRANSPORTATION COMMAND Crowley Logistics Inc., Jacksonville, Florida, has been awarded a contract modification, P00009, on contract HTC711-17-D-R003 in the estimated amount of $328,000,000. This modification provides continued surface transportation coordination services for the movement of freight within the continental U.S. and Canada under the Department of Defense Freight Transportation Services program to the Defense Logistics Agency and Defense Contract Management Agency. Work will be performed in the continental U.S. and in Canada. The period of performance is from Aug. 1, 2019, to July 31, 2020. Fiscal 2019 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract from $110,285,829 to $438,285,829. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. AIR FORCE Raytheon Co., Woburn, Massachusetts, has been awarded a $36,250,251, firm-fixed-price contract modification (P00014) to previously awarded contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for procurement and storage of obsolescent spares in support of QEWR sustainment. The modification brings the total cumulative face value of the contract to $1,094,776,076. Work will be performed in Woburn, Massachusetts, and is expected to be completed by August 2023. This modification involves 100% foreign military sales to the country of Qatar. Foreign Military Sales funds in the amount of $36,250,251 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Summers Concrete Contracting Inc., Hahira, Georgia, has been awarded a ceiling $25,000,000 indefinite-delivery/indefinite-quantity contract for repair airfield pavements. This contract provides for repair or alteration of airport runways and taxiways construction requirements. Work will be performed at Moody Air Force Base, Valdosta, Georgia; and Sebring, Florida, and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with three offers received. No funds are being obligated at the time of award. The 23d Contracting Squadron, Moody Air Force Base, Georgia, is the contracting activity (FA4830-19-D-A001). Verdis-Takisaki JV, Coeur d'Alene, Idaho (FA4620-19-D-A007); National Native American Construction Inc., Coeur d'Alene, Idaho (FA4620-19-D-A010); Global-Northcon JV, Hayden, Idaho (FA4620-19-D-A011); and Imperial Construction NW LLC, Wapato, Washington (FA4620-19-D-A012), have been awarded a combined, not-to-exceed $23,000,000 indefinite-quantity multiple award task order contract for design-build construction efforts. Work will be performed at Fairchild Air Force Base, Washington, and is to be expected to be complete by July 31, 2024. These awards are the result of a competitive acquisition and eight offers were received. Fiscal 2019 operation and maintenance funds in the amount of $500 are being obligated to each company at the time of award. The 92d Contracting Squadron, Fairchild Air Force Base, Washington, is the contracting activity. L3 Technologies Inc., Link Training & Simulation Division, Arlington, Texas, has been awarded a $10,411,380 cost-plus-fixed-fee contract task order modification (P00011) to the previously awarded FA8621-19-6251 task order for F-16 aircraft simulator training program services. This contract modification will provide aircraft concurrency requirements for the M7.3 Operation Flight Plan to deliver medium and high-fidelity simulation capability to train pilots for the F-16 aircraft platform. The modification brings the total cumulative face value of the contract to $28,440,800. Work will be performed at Arlington, Texas, and is expected to be completed by March 31, 2021. Fiscal 2019 research and development funds in the amount of $800,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contract activity. University of Dayton Research Institute, College Park, Dayton, Ohio, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides enhancement and improvement to the non-destructive evaluation capabilities for aerospace structures and components. This contract promotes discovery and provides increased accuracy, precision, reliability and optimization of the material state awareness of aerospace materials. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 3, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $304,000 will be obligated at the time of award via task order 0001. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5230). ARMY Kinder Brothers Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0009); SYTE Corp.,* Chicago, Illinois (W912EQ-19-D-0007); Randy Kinder Excavating Inc.,* Dexter, Missouri (W912EQ-19-D-0008); and C&M Contractors Inc.,* Doniphan, Missouri (W912EQ-19-D-0006), will compete for each order of the $50,000,000 firm-fixed-price contract for all plant, labor, materials and equipment for construction of relief wells, repairs to existing relief wells and construction of earthen berms. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. Sehlke Consulting LLC,* Arlington, Virginia, was awarded a $9,999,500 order-dependent contract for financial management support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 9, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-A-0001). P&S Construction Inc.,* North Chelmsford, Massachusetts, was awarded a $9,457,700 firm-fixed-price contract for construction of a small arms range at Westover Air Reserve Base, Massachusetts. Bids were solicited via the internet with two received. Work will be performed in Westover, Massachusetts, with an estimated completion date of Dec. 9, 2020. Fiscal 2016, 2017 and 2018 military construction funds in the amount of $9,457,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0020). Nisou LGC JV LLC,* Detroit, Michigan, was awarded an $8,945,520 firm-fixed-price contract for construction of the aerial port facility at Grissom Air Reserve Base, Indiana. Bids were solicited via the internet with two received. Work will be performed in Grissom, Indiana, with an estimated completion date of Oct. 12, 2020. Fiscal 2015, 2017 and 2019 military construction funds in the amount of $8,945,520 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0026). Navistar Defense LLC, Lisle, Illinois, was awarded a $7,766,045 firm-fixed-price contract for 4x4 cargo trucks, 6x6 general transport truck, 6x6 30 ton recovery wrecker and medium tactical vehicles general transport truck spares. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,766,045 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0455). NAVY Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded $18,849,765 for cost-plus award-fee order N62786-19-F-0055 against the previously awarded basic ordering agreement N00024-15-G-2303 to provide engineering and management services for LCS-15 post shakedown availability. Lockheed Martin will provide support of the following: 62,462 man-hours level of effort; and to provide the work specification, pre-fabrication and material. Work will be performed in Moorestown, New Jersey (37%); Mayport, Florida (35%); Hampton, Virginia (14%); and Washington, District of Colombia (14%), and is expected to be complete by January 2021. Fiscal 2013 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $13,631,677 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $8,411,293 cost-plus-fixed-fee delivery order for MK38 Gun Weapon System Repair Program support. This contract action is for labor, material and services required to support the Gun Weapon System Repair Program in pre/post testing, removal/installation, refurbishment, fleet technical assistance, maintenance, training and fleet modernization of MK 38 machine gun system. Work will be performed in Norfolk, Virginia (29%); San Diego, California (27%); Yokosuka, Japan (16%); Manama, Bahrain (7%); Rota Spain (7%); Everett, Washington (4%); Tacoma, Washington (4%); Pearl Harbor, Hawaii (4%); and Pascagoula, Mississippi (2%), and is expected to be complete by September 2021. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 weapons procurement (Navy and Coast Guard) in the amount of $1,050,000 will be obligated at the time of award, and $750,000 will expire at the end of the current fiscal year. This delivery order was solicited as a sole source under basic ordering agreement N00174-18-G-0001 in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Indian Head, Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0420). Leidos Innovations Corp, Gaithersburg, Maryland, is awarded an $8,208,133 performance-based, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Micro-processor En-route Automated Radar Tracking System (MEARTS). The contract is for the acquisition of hardware, software, logistics and on-call help desk support for MEARTS. The contract includes a single five-year ordering period and one six-month option to extend services in accordance with Federal Acquisition Regulations (FAR) Clause 52.217-8. The option period, if exercised, would bring the cumulative value of this contract to an estimated $8,737,303. Work will be performed in Charleston, South Carolina, and is expected to be completed by January 2025. An order utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $605,690 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This requirement 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 FAR Subpart 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-19-D-1001). EFW Inc., Fort Worth, Texas, is awarded $7,228,544 for firm-fixed-price delivery order N68335-19-F-0006 against a previously issued basic ordering agreement (N00019-17-G-0014). This delivery order procures 15 Fast Characterization Tools, 15 Helmet Kit Modification Fixtures, 15 Ready Room Testers and 20 Night Vision Goggle Modification Kits for the V-22 Color Helmet Mounted Display System. In addition, this delivery order provides drawing packages and the upgrade of five Fast Characterization Tools. Work will be performed in Haifa, Israel (70%); and Fort Worth, Texas (30%), and is expected to be completed in October 2020. Fiscal 2017 aircraft procurement (Air Force); and fiscal 2019 procurement defense-wide funds in the amount of $7,228,544 will be obligated at time of award, $3,496,053 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. DEFENSE INTELLIGENCE AGENCY CoSolutions EIS JV LLC,* Sterling, Virginia, was awarded a labor hour contract (HMM402-19-F-0098) with an estimated total value of $10,000,148 to support intelligence training in Europe. Work will be performed at the Regional Joint Intelligence Training Facility at RAF Molesworth, United Kingdom; Patch Barracks, Stuttgart, Germany; and, on a temporary duty basis, at other locations in Europe and within the continental U.S. The expected completion date is July 31, 2024, if all options are exercised. Fiscal 2019 operations and maintenance funds in the amount of $1,713,015 are being obligated at time of award. This contract was solicited through a small business set aside and one offer was received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1923647/source/GovDelivery/

  • Department of Defense Selected Acquisition Reports (SARs) - December 2018

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

    Department of Defense Selected Acquisition Reports (SARs) - December 2018

    The Department of Defense (DoD) has released details on major defense acquisition program cost, schedule, and performance changes since the December 2018 reporting period. This information is based on the comprehensive annual Selected Acquisition Reports (SARs) for the first quarter of FY 2019, as updated by the President's Fiscal Year (FY) 2020 budget submitted to Congress on March 11, 2019. SARs summarize the latest estimates of cost, schedule, and performance status. These reports are prepared annually in conjunction with submission of the President's Budget. Subsequent quarterly exception reports are required only for those programs experiencing unit cost increases of at least 15 percent or schedule delays of at least six months. Quarterly SARs are also submitted for initial reports, final reports, and for programs that are rebaselined at major milestone decisions. The total program acquisition cost estimates provided in the SARs include research and development, procurement, military construction, and acquisition-related operations and maintenance. These totals reflect actual costs to date as well as future anticipated costs. All estimates are shown in fully inflated then-year dollars. The prior current estimate of program acquisition costs for programs covered by SARs for the reporting period for December 2017 (83 programs) was $1,917,840 million. The current estimate for December 2018 (87 programs) is $2,018,684 million. Quantity changes account for the majority of the $101,000 million increase (+$51,000 million), in addition to scope changes (+$18,000 million) and revised indices (+$11,500 million). 16 of the 20 programs with quantity changes are either equal to or underrunning their current baseline costs, as well as 60 of the 84* SARs reporting Unit Cost this SAR cycle overall. To view the full news release and SAR Summary Tables, click here. https://dod.defense.gov/News/News-Releases/News-Release-View/Article/1923492/department-of-defense-selected-acquisition-reports-sars-december-2018/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 31, 2019

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

    Contract Awards by US Department of Defense - July 31, 2019

    ARMY Medico Industries Inc.,* Wilkes Barre, Pennsylvania, was awarded an $891,165,000 fixed-price with economic-price-adjustment contract to manufacture and deliver 155mm M795 projectile metal parts and 120mm mortar shell bodies. 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 July 23, 2029. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0084). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $481,576,687 hybrid (cost-no-fee, cost-plus-incentive-fee and firm-fixed-price) contract for Common Infrared Countermeasure Quick Reaction Capability 3. 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 July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0110). BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded a $242,251,919 hybrid (cost-no-fee, cost-plus-fixed-fee and cost-plus-incentive-fee) contract for systems engineering, integration, logistics, and other technical support services for the OT-225 Advanced Threat Infrared Countermeasures System and the AN/AAR-57(V) Common Missile Warning System. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0102). Medico Industries Inc.,* Wilkes Barre, Pennsylvania, was awarded a $214,864,648 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for property management of Scranton Army Ammunition Plant. 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 July 23, 2034. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0075). Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $160,814,850 cost-plus-fixed-fee contract for engineering and technical services to support the Sentinel Radar. 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 July 31, 2019. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0030). Raytheon Co., Indianapolis, Indiana, was awarded a $48,756,859 hybrid (cost-no-fee and cost-plus-fixed-fee) contract for Air Soldier System engineering services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0109). L3 Technologies Inc., Muskegon, Michigan, was awarded a $36,031,861 modification (P00077) to contract W56HZV-15-C-0119 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of May 31, 2020. Fiscal 2018 procurement of weapons and tracked combat vehicles, Army funds in the amount of $36,031,861 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. HNTB Corp., Kansas City, Missouri, was awarded a $10,747,350 firm-fixed-price contract for engineering design services. One bid was solicited with one bid received. Work will be performed in Kansas City, Missouri, with an estimated completion date of Nov. 30, 2020. Fiscal 2019 flood control and coastal emergencies, civil funds in the amount of $10,747,350 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-1009). AIR FORCE Lockheed Martin Corp., doing business as Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $799,955,939 firm-fixed-price incentive contract for F-16 aircraft production. This contract provides for the production and support of 14 Slovak Republic F-16 block 70 aircraft. Work will be performed at Greenville, South Carolina, and is expected to be completed by Jan. 31, 2024. This contract award involves 100% foreign military sales to the Slovak Republic. This award is the result of a Slovak Republic conducted competition. Foreign Military Sales funds in the amount of $799,955,939 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8615-19-C-6053). Lockheed Martin Corp., doing business as Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $315,604,174 cost-plus-fixed-fee contract, for F-16 Contractor Logistics Support Phase IV. This contract provides the contractor logistics support and establish a training detachment at Balad Air Base, Iraq, for the government of lraq. Work will be performed at Balad Air Base, Iraq; and Greenville, South Carolina, and is expected to be complete by Dec. 31, 2022. This contract involves 100% foreign military sales to the country of Iraq. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $29,819,883 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8615-19-C-6051). JE DUNN Construction Co., Kansas City, Missouri, has been awarded a $158,000,000 firm-fixed-price contract for repair of the Cadet Chapel at the Air Force Academy in Colorado Springs, Colorado. This contract provides for repairing the building envelope, protection of exposed facility interiors/artifacts, abatement/disposal of hazardous materials, cleaning/replicate/replace historical colored glass (dalles de verre), replacement of interior lighting and controls, and installment of new fire protection system and life safety upgrades. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Nov. 1, 2022. This award is the result of a competitive acquisition with one offer received. Fiscal 2019 operations and maintenance funds in the amount of $158,000,000 are being obligated at the time of award. The Air Force Installation Contracting Center, San Antonio, Texas (FA8903-19-C-0021). Two Six Labs LLC,* Arlington, Virginia, has been awarded a $95,119,268 cost-plus-fixed-fee contract for project IKE. The objective of IKE is to develop automated artificial intelligence/machine learning techniques to assist human understanding of the cyber battlespace, support development of cyber warfare strategies and measure and model battle damage assessment. Work will be performed in Arlington, Virginia, and is expected to be completed by July 30, 2024. This award is the result of a competitive acquisition with two offers received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,400,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1507). Advanced Electronics Co. Ltd., Riyadh, Saudi Arabia, has been awarded a $57,806,293 contract modification (P00013) to previously awarded contract FA8730-16-C-0019 for the Royal Saudi Air Force F-15SA Cyber Protection System and Related Facilities program. This modification provides for the construction of a secure communications facility at the Royal Saudi Air Force (RSAF) Headquarters. Work will be performed at RSAF Headquarters, Riyadh, Kingdom of Saudi Arabia, and is expected to be completed by July 31, 2022. This contract involves foreign military sales to Saudi Arabia. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $57,806,293 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. IBM Corp., Reston, Virginia, has been awarded an $8,729,010 firm-fixed-price contract for advisory and assistance support. This contract will provide for the development, implementations, analysis and provision of policies, guidance, oversight, career field management and human capital management programs across the civil engineer enterprise. Work will be performed at Arlington, Virginia, and is expected to be completed by May 17, 2020. This award is the result of a competitive acquisition with three offers received. Fiscal 2019 operations and maintenance funds in the amount of $8,729,010 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-19-F-A152). NAVY Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded a $290,577,495 cost-plus-fixed fee modification to add Year Two to previously-awarded contract N00024-18-C-2106 to prepare and make ready for the refueling and complex overhaul (RCOH) of USS John C. Stennis (CVN 74). This modification will provide for fiscal 2019-2020 advance planning efforts, including material forecasting; long-lead-time material procurement; purchase order development; technical document and drawing development; scheduling; resource forecasting and planning; development of cost estimates for work to be accomplished; data acquisition; pre-overhaul tests and inspections, and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. This contract action includes options for the third year of planning which, if exercised, would bring the cumulative value to $476,949,310. Work will be performed in Newport News, Virginia, and is expected to be completed by July 2020. Fiscal 2019 shipbuilding and conversion (Navy) incremental funding in the amount of $107,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. SSFM-NOEI LLC, Honolulu, Hawaii, is being awarded a maximum amount $100,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer services for various structural projects and other projects primarily under the cognizance of Naval Facilities Engineering Command Hawaii. The work to be performed provides for architect-engineer structural services with associated multi-discipline architect-engineer support services. Services include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops, design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; cost estimates; technical surveys and reports including concept studies, site engineering investigations and surveys; collateral equipment buy packages; comprehensive interior design, to include structural interior design; and furniture, fixtures, and equipment packages; and post construction award services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps and other government facilities in Hawaii (100%). The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Fiscal 2019 operations and maintenance (Marine Corps) 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 planning and design funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with one proposal received. Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity (N62478-19-D-5033). AEG Group Inc.,* Grayslake, Illinois, is awarded an $85,571,796 fixed-price, indefinite-delivery/indefinite-quantity contract to provide for up to 33,382 Motorola brand name ultra high frequency, very high frequency, and multiband radios in support of the Commander, Navy Installations Command Enterprise Land Mobile Radio modernization. Work will be performed in Grayslake, Illinois, and is expected to be completed in July 2024. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $502,792 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0154). Duke Energy Progress, Raleigh, North Carolina, is awarded $48,787,671 for firm-fixed-price task order N40085-19-F-9253 under a General Services Administration area-wide contract (GS-00P-14-BSD-1005) for the implementation of eight energy conservation measures at Marine Corps Base, Camp Lejeune. The work to be performed provides for implementation of cost-effective energy conservation measures that include installation of automatic meter-reading (AMR) compliant meters, upgrade AMR meters at photovoltaic locations, provide a new mobile meter data collector and meter data management software, retrofit existing lighting systems with light emitting diode systems, retrofit all elevated taxiway, runway, taxiway, in-pavement and approach lighting, upgrade multiple substations and replace heating, ventilation, and air conditioning chillers. The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $33,114,052 are obligated on this award and will expire at the end of the current fiscal year. The Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation. For this project, the Navy has agreed to pay for the remaining costs of services/construction from project financing which will be obtained by Duke Energy Progress. The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Teehee Bishop JV,* Carlsbad, California, is awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for new work, additions, alterations, maintenance, and repairs of roofing systems at Naval Weapons Station, Seal Beach and Marine Corps Base, Camp Pendleton. 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, new work, additions, alterations, maintenance and repairs of roofing systems projects. Work will be performed in Seal Beach, California (50%); and Oceanside, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations 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 operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2630). CDW Government LLC, Vernon Hills, Illinois, is awarded a master limit $26,669,800 firm-fixed-price, blanket purchase agreement for the purchase of a maximum 6,800 Panasonic CF-20 Toughbooks and accessories. Work will be performed in Vernon Hills, Illinois, and is expected to be complete by July 30, 2022. Fiscal 2019 procurement (Marine Corps) funds in the amount of $6,826,905 will be obligated on the first delivery order immediately following contract award. Funds will expire the end of the current fiscal year. This contract was competitively procured via the General Services Administration eBuy website, with five quotes received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-A-5136). The Boeing Co., St. Louis, Missouri, is awarded $25,345,439 for modification P00003 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-1057). This modification continues the Phase I design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response (SLAM-ER) production line for the government of Saudi Arabia. In addition, this modification provides for the redesign of obsolete parts to replace obsolete, nearly obsolete or uneconomical parts to support SLAM-ER weapon system production and improve future sustainment. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middleton, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $25,345,439 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. The Boeing Co., Seattle, Washington, is awarded $17,647,771 for firm-fixed-price delivery order N00019-19-F-2947 against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides for the production and delivery of 27 Sixth Mission Crew Workstation (MCW) Retrofit B-kits for the Navy in support of P-8A Lots One through Three aircraft, and four Sixth MCW Retrofit B-kits for the government of Australia in support of P-8A Lot Six aircraft. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in January 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and cooperative partner funds in the amount of $17,647,771 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. The Boeing Co., Seattle, Washington, is awarded $16,853,707 for modification P00179 to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112). This modification provides for the production and delivery of 29 Sixth Mission Crew Workstation Retrofit B-kits in support of P-8A production lots four and five. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in December 2021. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $7,539,663 will be obligated at time of award, all of which has expired. Prior approval was granted to obligate expired funds. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. J&J Contractors Inc.,* North Billerica, Massachusetts, is awarded $12,267,000 for firm-fixed-price task order N40085-19-F-5728 under a previously awarded multiple award construction contract (N40085-17-D-5050) for Sims Hall center wing upgrades at the Naval War College, Naval Station, Newport. The work provides for extensive interior renovation to the first, second, and third floors of the center wing of Sims Hall. This requirement includes expanding the existing secure room area currently located in the center wing and east connector, new building addition of a stair and elevator tower to the east side of the center wing, and complete removal of the electrical, and mechanical and plumbing systems. Work will be performed in Newport, Rhode Island, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,267,000 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. NexGen Communications LLC, Nashua, New Hampshire, is awarded an $11,640,404 indefinite-delivery/indefinite-quantity contract to provide up to 1,500 each remote display units and filter box kits in support of the Family of Special Operations Vehicles Ground Mobility Vehicle 1.1 and the Mine Resistant Ambush Protected platforms. Work will be performed in Nashua, New Hampshire, and is expected to be completed in July 2024. Fiscal 2019 other procurement defense-wide funds in the amount of $128,205 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0046). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $10,314,373 for cost-plus-fixed-fee delivery order N00019-19-F-4033 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for non-recurring engineering required to develop, qualify and test an updated APR-39D(V)2 processor configuration. In addition, this delivery order will procure 16 Digital Receiver Processor (DRP) 2 circuit card assemblies (CCA) for the Army and six for the Navy. Four of the six DRP2 CCAs procured for the Navy will be retrofitted into the APR-39D(V)2 processor establishing an updated configuration. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in July 2021. Fiscal 2019 aircraft procurement (Army and Navy) in the amount of $10,314,373 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. Military & Federal Construction Co.,* Jacksonville, North Carolina, is awarded $9,852,959 for firm-fixed-price task order N4008519-F-6226 under a previously awarded multiple award construction contract (N40085-16-D-6303) for repairs to Bachelor Enlisted Quarters (BEQ) 4199 at Marine Corp Air Station, Cherry Point. The work provides improvements and repairs to existing BEQ 4199, replacing windows and doors, replacing and providing new interior finishes, minor structural modifications, providing a sprinkler fire suppression system, fire alarm system modifications, replacement and repair of plumbing, mechanical and electrical systems, repairs and resurfacing of existing parking areas. Work will be performed in Havelock, North Carolina, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $9,852,959 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity. Vertex Aerospace LLC, Madison, Mississippi, is awarded $9,556,334 for modification P00003 to a previously issued firm-fixed-price contract (N00019-17-C-0080). This modification is for Automatic Dependence Surveillance-Broadcast Out installs and also exercises an option for organizational and intermediate depot maintenance and logistics and supply support for three KC-130J aircraft for the government of Kuwait under the Foreign Military Sales (FMS) program. Work will be performed at the Abdullah Al-Mubarak Air Base, Kuwait, and is expected to be completed in August 2020. FMS funds 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. Military & Federal Construction Co.,* Jacksonville, North Carolina, is awarded $8,870,147 for firm-fixed-price task order N40085-19-F-6215 under a previously awarded multiple award construction contract (N40085-16-D-6303) for repairs to Bachelor Enlisted Quarters (BEQ) 4200 at Marine Corps Air Station, Cherry Point. The work provides for improvements and repairs to existing BEQ 4200, replacing windows and doors, replacing and providing new interior finishes, minor structural modifications, providing a sprinkler fire suppression system, fire alarm system modifications, replacement and repair of plumbing, mechanical and electrical systems, repairs and resurfacing of existing parking areas. Work will be performed in Havelock, North Carolina, and is expected to be completed by January 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $8,870,147 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command, Mid-Atlantic, Cherry Point, North Carolina, is the contracting activity. Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $8,723,882 for cost-plus-fixed-fee delivery order N00019-19-F-0306 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for non-recurring engineering required to modify software to correct software deficiencies identified by the Navy and Marine Corps aircrews and test community in the Navy Large Aircraft Infrared Countermeasures AN/AAQ-24 system. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in May 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,723,882 will be obligated at time of award, $3,199,581 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. TOTE Services Inc., Jacksonville, Florida, is being awarded an $8,065,927 modification under a previously awarded firm-fixed-price contract (N32205-18-C-3002) with reimbursable elements for operation and maintenance of the offshore petroleum discharge system vessels. Work will be performed at sea worldwide, and is expected to be completed July 2020. If all options are exercised, work will continue through July 31, 2023. Navy working capital funds in the amount of $8,065,927 are obligated at the time of award, and will not expire at the end of the fiscal years. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with four offers received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Coastal Enterprises of Jacksonville Inc.,* Jacksonville, North Carolina, is awarded an $8,054,652 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-16-D-6318) to exercise Option Three for grounds maintenance services at Marine Corps Base, Camp Lejeune; Marine Corps Air Station, New River; and other outlying locations. The work to be performed provides for grounds maintenance services that will maintain landscaping, mowing, trimming grass, weed control, and fire ant treatment for the Camp Lejeune complex which include commands such as the Naval Hospital, Marine Corps Special Operations Command and Department of Defense Dependent Schools. After award of this option, the total cumulative contract value will be $31,447,230. Work will be performed in Jacksonville, North Carolina, and is expected to be completed July 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $4,593,444 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Nova Group Inc., Napa, California, is awarded $7,425,000 for firm-fixed-price task order N44255-19-F-4332 under a previously awarded multiple award construction contract (N44255-14-D-9006). The work to be performed includes removing piles, installing piles, demolishing concrete deck, building roof sections, restoring concrete deck, repairing miscellaneous damaged utilities, repairing spalling piles and pile caps and replacing corroded or missing utility hangers. The work is located at the Naval Magazine, Indian Island. Work will be performed on the ammunition pier and will include the removal of nine existing concrete piles and the installation of nine new concrete piles. The total task order amount with the exercise of the option will be $7,425,000. Work will be performed in Port Hadlock, Washington, and is expected to be completed by March 15, 2021. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $7,425,000 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity. Quality Performance Inc., Fredericksburg, Virginia, was awarded $7,021,996 for modification P00003 to a previously awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N68335-15-D-0031). This modification increases the ceiling of the contract to procure up to 14 additional Moriah Wind Systems as well as associated sub-components, ancillary components, repair services and as required, non-recurring engineering to support engineering change proposals for the Aircraft Launch and Recovery Equipment Moriah program. Work will be performed in Fredericksburg, Virginia, and is expected to be completed in September 2021. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity. (Awarded July 29, 2019) DEFENSE HEALTH AGENCY Deloitte LLP, Arlington, Virginia, was awarded a five-year contract (one-year base and four option periods) with an estimated value of $197,277,630. This contract supports the Defense Health Agency (DHA), Deputy Assistant Director for Information Operations, Solutions Delivery Division (SDD). This entails performing a variety of functions, such as configuration management, information assurance, training support, deployment activities, and other business, technical and administrative functions necessary for sustaining existing SDD products and project lines, including: Armed Forces Health Longitudinal Technology Application; the Composite Health Care System; the Clinical Data Repository; Essentris®; the Health Artifact and Image Management Solution; the Interagency Comprehensive Plan for Care Coordination Support; the Defense Medical Logistics Support System; and the Defense Occupational and Environmental Health Readiness System – Industrial Hygiene. This contract was competitively awarded under the General Services Administration's eBuy vehicle; DHA received three offers. Location of performance is inside the U.S. The base year will be funded with fiscal 2020 operations and maintenance funding in the amount of $34,213,809. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (HT0011-19-F-0068). DEFENSE LOGISTICS AGENCY Viasat Inc., Carlsbad, California, has been awarded a maximum $28,379,192 firm‐fixed-price, indefinite-delivery/indefinite‐quantity contract for small tactical terminals. 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 a May 30, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0070). Baxter Healthcare Corp., Deerfield, Illinois, has been awarded a maximum $24,354,889 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. To date, this is the eighth contract awarded from standing solicitation SPE2D0-15-R-0002. Location of performance is Illinois, with a July 30, 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-0004). South Alabama Regional Airport Authority, Andalusia, Alabama, has been awarded a minimum $11,474,983 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 44-month contract with one six-month option period. Location of performance is Alabama, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0112). Avfuel Corp., Ann Arbor, Michigan, has been awarded a maximum $8,611,528 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 155 responses received. This is a 43-month contract with one six-month option period. Locations of performance are Michigan and Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0107). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1922486/source/GovDelivery/

Partagé par les membres

  • Partager une nouvelle avec la communauté

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

Abonnez-vous à l'infolettre

pour ne manquer aucune nouvelle de l'industrie

Vous pourrez personnaliser vos abonnements dans le courriel de confirmation.