Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    3590 nouvelles

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

  • Contract Awards by US Department of Defense - July 11, 2019

    15 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 11, 2019

    NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $173,805,431 cost-plus-fixed-fee contract for engineering, technical, design agent and planning yard support for operational strategic and attack submarines. The contract provides for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research development test and evaluation (Navy) program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2023. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,043,513,079, and be complete by September 2023. Fiscal 2019 other procurement (Navy); 2019 operations and maintenance (Navy); and 2018 other procurement (Navy) funding in the amount of $24,556,100 will be obligated at time of award, and $4,415,300 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2125). Massa Products Corp., Hingham, Massachusetts, is being awarded a $32,419,133 firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract for the design, document, manufacture, test, package and delivery of hydrophones. This requirement is to deliver hydrophones for new-construction platforms to support shipyard installation schedules and to replace failed hydrophones for all in-service platforms. As this is an IDIQ contract, in which only a minimum guarantee is established and all firm government requirements will be established at the order level, it does not include options. Work will be performed in Hingham, Massachusetts, and is expected to be completed by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $1,051,578 will be obligated at time of award via the first delivery order and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-F900). Gryphon Technologies LC, Washington, District of Columbia, is being awarded a $23,842,331 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity services contract with cost reimbursable services for aircraft carrier program management, engineering, technical and logistics support services. The Naval Surface Warfare Center, Philadelphia Division, is the Navy's agent for the program management, engineering, technical and logistical support for hull, mechanical and electrical systems and equipment on Navy aircraft carriers. To execute these responsibilities, the Navy requires the support of engineering, technical, logistical and program management personnel to assist in the support of aircraft carrier type commanders and other Navy activities on Navy aircraft carriers while in port or underway. There are provisions for firm-fixed-price completion orders. As emergent requirements arise, work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and outside of the continental U.S., and is expected to be complete by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $62,999 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4022). BAE Systems Technology Solutions & Services, Rockville, Maryland, is being awarded a $23,456,568 modification (P00043) to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008). This modification provides for services in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division, to support integrated communications and information systems radio communications for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in July 2024. Fiscal 2019 working capital funds (Navy) in the amount of $4,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is being awarded a $23,375,361 cost-plus-fixed-fee order (N00019-19-F-4058) against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures contractor logistics support for the United Kingdom's (UK's) P-8A program and aircraft. Contractor logistics support includes initial acceptance and breakdown of four aircraft and provision of training with an eight-month detachment to the UK to establish initial operational capability as well as subsequent full operational capability, scheduled aircraft maintenance, support equipment maintenance, engineering reach back and technical assistance. Work will be performed in Lossiemouth, Scotland (59%); Seattle, Washington (21%); and Jacksonville, Florida (20%), and is expected to be completed in December 2020. Foreign military sales funds in the amount of $23,375,361 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. Aptim Federal Services LLC, Alexandria, Virginia, is being awarded a $15,309,450 firm-fixed-price task order 0005 (modification 02) under a multiple award construction contract for the cleaning, inspection and repair of mined-in-place military petroleum storage tanks (Red Hill Tanks 14, 17, and 18). The work to be performed provides for the additional repairs in Tank 17 as identified by Aptim Federal Services LLC, and subcontractor, Enterprise Engineering Inc.'s comprehensive American Petroleum Institute 653 out-of-service internal integrity inspection and suitability for service evaluation inspection report. After award of this modification, the total cumulative contract value will be $36,078,000. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by May 2022. Fiscal 2016 working capital funds (Navy) in the amount of $15,309,450 are obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N39430-15-D-1632). U.S. SPECIAL OPERATIONS COMMAND Gentex Corp., Simpson, Pennsylvania, was a awarded a $95,000,000 maximum, indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92403-19-D-0004) for the purchase of SOF personal equipment advance requirements (SPEAR) coxswain helmet systems, in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2019 operations and maintenance funds in the amount of $150,000 are being obligated at time of award. This is a five-year contract with a two-year option period. The majority of work will be performed in Simpson and is expected to be completed by July 2024. This contract was awarded through full and open competition and two proposals were received. USSOCOM headquarters, Tampa, Florida, is the contracting activity. ARMY Walsh Federal LLC, Chicago, Illinois, was awarded a $52,929,000 firm-fixed-price contract for the construction of a new two-bay general purpose aircraft maintenance hangar. Bids were solicited via the internet with three received. Work will be performed in Burlington, New Jersey, with an estimated completion date of June 18, 2021. Fiscal 2018 military construction (Air Force) funds in the amount of $52,929,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0011). Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded an $8,000,000 firm-fixed-price contract for Mississippi River stone bank paving, Mississippi River and tributaries flood control, and channel improvement project. 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 Sept. 30, 2020. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-D-0010). DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a $17,045,952 delivery order (SPRPA1-19-F-KY01) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft high voltage power supplies. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2021 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded an $11,063,832 delivery order (SPRPA1-19-F-KY00) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft power amplifier modules. This is a firm-fixed-price contract. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2022 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1902689/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 10, 2019

    11 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 10, 2019

    NAVY Wyle Laboratories Inc.,* Huntsville, Alabama, is being awarded an $81,220,643 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for certified and qualified operational contractor support services aircrew to support mission essential testing and evaluation of all manned air vehicles under the operational responsibility of the Naval Test Wing Atlantic/Pacific squadrons. Work will be performed at the Naval Air Station (NAS) Patuxent River, Maryland (94%); NAS Pt. Mugu, California (5%); and NAS China Lake, California (1%), and is expected to be completed in September 2024. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0071). CCI Construction Services LLC,* Honolulu, Hawaii (N62478-16-D-4012); Dawson Federal Inc.,* Honolulu, Hawaii (N62478-16-D-4014); and TKH-ASI LLC,* Kahului, Hawaii (N62478-16-D-4016), are being awarded a $75,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for, but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $320,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. Work is expected to be completed by June 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. (Awarded July 9, 2019) Paradigm Mechanical Corp.,* Lemon Grove, California, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $49,000,000 for plumbing, heating, and air conditioning construction alterations, renovations and repair projects at Naval Air Weapons Station, China Lake; Marine Corps Air Ground Combat Center, Twentynine Palms; Marine Corps Logistics Base, Barstow; and Mountain Warfare Training Center, Bridgeport. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of plumbing, heating, and air-conditioning system installation projects. Work will be performed in China Lake, California (25%); Twentynine Palms, California (25%); Barstow, California (25%); and Bridgeport, California (25%). 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) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2602). R.C. Construction Co. Inc., Greenwood, Mississippi, is being awarded a $33,116,313 firm-fixed-price contract for construction of range improvements and modernization located at Marine Corps Recruit Depot, Parris Island, South Carolina. This project constructs a new rifle range in the same location as the existing Hue City Range. This range will meet applicable Marine Corps requirements for known distance (KD) ranges as set forth in MIL HDBK 1027.3B, range facilities and miscellaneous training facilities other than buildings, and Marine Corps Orders (MCO) 3570.1C, 3550.9, and 3574.2L. Range support buildings to be constructed include target storage, control house and toilet facilities. All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. A target-area berm, retaining walls, safety sidewalls, a safety tunnel and 600-yard range berm will be constructed, and sidewalls with acoustic insulation will also be included. Earth berm structures include a behind-the-target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces. Built-in equipment will include the target system benches, target numbers and relocated target lifters, flagpoles and firing line benches. Special costs include post construction award services and geospatial mapping and survey. Work will be performed in Parris Island, South Carolina, and is expected to be completed by August 2021. Fiscal 2019 military construction, (Navy) contract funds in the amount of $28,326,200 are being obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9017). The Raytheon Co., Tucson, Arizona, is being awarded a $17,777,245 firm-fixed-price contract to procure 114 High Speed Anti-Radiation Missile command launch computers to include two pre-production units, one first article test unit and 111 production units in support of the Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in October 2021. Working capital (Navy); and fiscal 2017, 2018 and 2019 aircraft procurement (Navy) funds in the amount of $17,777,245 will be obligated at time of award, $6,243,087 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0026). Diversified Maintenance Systems Inc.,* Sandy, Utah, is being awarded a not-to-exceed the amount of $15,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Weapons Station, Seal Beach. Projects will be primarily design-bid-build (fully designed) task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Seal Beach, California. 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) (O&M, N) contract funds in the amount of $5,000 are being obligated at time of this and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with 13 proposals received. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2621). ARMY Amherst Madison Inc., Charleston, West Virginia (W91237-19-D-0019); and Mi-De-Con Inc.,* Ironton, Ohio (W91237-19-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for small construction projects. 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 July 9, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $49,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 9, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-D-0032). Specialized Materials and Chemicals LLC, Brigham City, Utah, was awarded a $38,600,000 firm-fixed-price contract for the procurement of ammonium Perchlorate. 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 9, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3021). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $21,808,640 firm-fixed-price contract for the construction of the South Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0032). Seatrax Inc.,* Houston, Texas, was awarded a $15,098,156 firm-fixed-price contract for a new floating crane to perform the duty cycle bank grading work in support of the revetment mission on the Mississippi River. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $15,098,156 were obligated at the time of the award. U.S Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0007). Walga Ross Group 2 JV,* Topeka, Kansas, was awarded a $12,219,560 firm-fixed-price contract for the construction of the North Access Control Point for the Fort Bliss Replacement Hospital at Fort Bliss, Texas. Bids were solicited via the internet with two received. Work will be performed in El Paso, Texas, with an estimated completion date of Nov. 8, 2020. Fiscal 2018 military construction funds in the amount of $21,808,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0031). AIR FORCE Nomlaki Technologies, Sacramento, California, has been awarded a $10,402,000 firm-fixed-price contract for repairing four bridges. This contract provides demolition and disposal of all debris of four reinforced concrete bridges at Beale Air Force Base, in accordance with all local city ordinances, state and federal regulations and design and construction of a bridge system (up to four bridges) to cross the four waterways and replace the original bridges. Work will be performed at Beale AFB, California, and is expected to be completed by Oct. 24, 2020. Fiscal 2019 operations and maintenance funds in the amount of $10,402,000 are being obligated at the time of award. This award is the result of a competitive acquisition with five offers received. The 9th Contracting Squadron, Beale AFB, Marysville, California, is the contracting activity (FA4686-19-C-A004). DEFENSE LOGISTICS AGENCY Goodrich Corp., Rome, New York, has been awarded a maximum $9,148,161 firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract for ball bearing units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302‐1. This is a five-year contract with no option periods. Location of performance is New York, with a July 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‐0077). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1901092/source/GovDelivery/

  • Northrop Grumman Receives Award to Upgrade US Army Lightweight Laser Designator Rangefinder Systems

    10 juillet 2019 | International, C4ISR

    Northrop Grumman Receives Award to Upgrade US Army Lightweight Laser Designator Rangefinder Systems

    APOPKA, Fla. – July 9, 2019 – Northrop Grumman Corporation (NYSE: NOC) has received a $17.6 million award from the U.S. Army to upgrade Target Locator Modules (TLMs). The TLMs will be retrofitted with high accuracy capability to modernize the Lightweight Laser Designator Rangefinder 2H (LLDR 2H) man-portable targeting system. “The LLDR has been at the core of Army ground targeting for more than a decade, and the innovations in the 2H provide even greater accuracy to support the Army's missions into the future,” said Bob Gough, vice president, land and avionics C4ISR, Northrop Grumman. The LLDR 2H hybrid sensor solution fuses data from a digital magnetic compass and celestial navigation sensors to provide high accuracy target location and long-range imaging to allow warfighters greater leverage to shape the field of engagement. Interconnectivity within the digitized battlefield enables the operator to use LLDR 2H to quickly acquire, locate and designate high-value targets. The LLDR 2H system also features Northrop Grumman's patented thermal diode pumping technology for designation, which consumes less power than older lasers, yet yields greater output energy and lower beam divergence. More than 2,700 LLDR systems have been delivered and fielded to date. Northrop Grumman is a leading global security company providing innovative systems, products and solutions in autonomous systems, cyber, C4ISR, space, strike, and logistics and modernization to customers worldwide. https://news.northropgrumman.com/news/releases/northrop-grumman-receives-award-to-upgrade-us-army-lightweight-laser-designator-rangefinder-systems

  • Can machine learning decipher an overcrowded radio spectrum?

    10 juillet 2019 | International, C4ISR, Autre défense

    Can machine learning decipher an overcrowded radio spectrum?

    By: Kelsey Reichmann The Department of Defense is pursuing a $4.7 million initiative to use machine learning to decipher radio signals. The Defense Advanced Research Projects Agency awarded funding to BAE Systems, a British defense company, for its Controllable Hardware Integration for Machine-learning Enabled Real-time Adaptivity (CHIMERA) solution. The CHIMERA solution uses machine learning to interpret radio frequency signals in crowded electromagnetic spectrum environments. “CHIMERA brings the flexibility of a software solution to hardware,” said Dave Logan, vice president and general manager of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance Systems at BAE Systems in a news release. “Machine-learning is on the verge of revolutionizing signals intelligence technology, just as it has in other industries.” This contract is contingent on the completion of preset milestones and works alongside the Radio Frequency Machine Learning Systems (RFMLS) program, which was previously awarded to integrate data-driven machine learning algorithms. https://www.c4isrnet.com/artificial-intelligence/2019/07/09/can-machine-learning-decipher-an-overcrowded-radio-spectrum/

  • Four companies awarded $72.8M for special projects for Navy, DHS, CBP

    10 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR

    Four companies awarded $72.8M for special projects for Navy, DHS, CBP

    By Allen Cone July 9 (UPI) -- Four companies have been awarded contracts worth $72.8 million for unspecified special projects and electronic systems for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. The three-year contracts include two two-year option periods, which, if exercised, would bring the cumulative value of all four contracts to an estimated $176.4 million, the Department of Defense announced Monday. Awarded contracts were Deloitte Consulting for $21.7 million, Serco Inc. for $18.2 million, McKean Defense Group for $17.6 million and Alutiiq Information Management for $15.3 million in the execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology. The Space and Naval Warfare Systems Center, Pacific Special Projects and Electronics Systems Branch last June posted a proposal for management, hardware engineering, software engineering, configuration management and logistics support that includes experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government activities. Among the Naval units involved with the developmental efforts are the Mine and Anti-Submarine Warfare Command, Naval Information Warfare Systems Command Program Executive Offices, Commander Third Fleet, Sea Systems Command and Facilities Command, in addition to non-Navy units. All four companies will compete for task orders under the contracts, which run through July 7, 2022. If all contract options are exercised, the period of performance extends through July 7, 2026. All work under the contracts will be performed in San Diego. The U.S. Navy in June removed "space" from the Space and Naval Warfare Systems Command, or SPAWARS, and added "information" in a rebranding effort that emphasizes information warfare. The agency's new name is the Naval Information Warfare Systems Command. This past February, the two echelon III commands -- formerly "systems centers" -- also changed names. In Charleston, S.C., the command became the Naval Information Warfare Center Atlantic and in San Diego it was changed to Naval Information Warfare Center Pacific. https://www.upi.com/Defense-News/2019/07/09/Four-companies-awarded-728M-for-special-projects-for-Navy-DHS-CBP/4101562677362/

  • Contract Awards by US Department of Defense - July 9, 2019

    10 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 9, 2019

    ARMY General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $296,100,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the production of Prophet Enhanced systems. 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 June 15, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-17-D-0006). Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $11,125,514 modification (P00012) to contract W31P4Q-19-C-0038 for engineering services for the Spiral 3 test and evaluation plan, Spiral 3 system hardware qualification, and Worldwide Ammunition Reporting System requirements to support the Javelin missile system. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,125,514 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $245,994,000 indefinite-delivery/indefinite-quantity contract for electronic warfare and avionics system support Georgia Tech Applied Research University and Affiliated Research Center. This contract provides for essential engineering, research and development capabilities and services for the development and sustainment of systems. Work will be performed at Atlanta, Georgia, and is expected to be completed by July 8, 2029. Future orders may include foreign military sales to multiple countries. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,822,133 are being obligated at the time of award. Air Force Life Cycle Management Center's Electronic Warfare, Robins Air Force Base, Warner, Robins, Georgia, is the contracting activity (FA8523-19-D-0006). Northrop Grumman Systems Corp., Chantilly, Virginia, has been awarded a $92,905,016 ceiling increase and option modification (P00027) to previously awarded FA4600-14-D-0004 for systems engineering, management, and sustainment supporting weather-related missions; increasing the ceiling of the indefinite-delivery/indefinite-quantity contract and providing for the establishment of options to increase the ordering period by six months. The modification brings the total cumulative face value of the contract to $392,905,016 from $300,000,000. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2022. No funds are being obligated at the time of award. Air Combat Command 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity. U.S. TRANSPORTATION COMMAND Maersk Line Limited, Norfolk, Virginia, has been awarded an estimated $170,116,349 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W026). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American President Lines LLC, Washington, District of Columbia., has been awarded an estimated $140,308,984 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W014). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. American Roll-On Roll-Off Carrier LLC, Parsippany, New Jersey, has been awarded an estimated $83,994,841 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W015). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Matson Navigation Company Inc., Oakland, California, has been awarded an estimated $71,217,825 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W027). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Liberty Global Logistics LLC, Lake Success, New York, has been awarded an estimated $68,353,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W025). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Farrell Lines Inc., Reston, Virginia, has been awarded an estimated $61,956,899 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W021). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Hapag-Lloyd USA LLC, Piscataway, New Jersey, has been awarded an estimated $55,905,823 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W023). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Central Gulf Lines Inc., New York, New York, has been awarded an estimated $33,998,317 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W017). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Alaska Inc., Federal Way, Washington, has been awarded an estimated $19,451,914 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W036). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. TOTE Maritime Puerto Rico LLC, Jacksonville, Florida, has been awarded an estimated $14,001,976 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W037). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Schuyler Line Navigation Company LLC, Annapolis, Maryland, has been awarded an estimated $12,175,878 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W031). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Young Brothers LTD, Honolulu, Hawaii, has been awarded an estimated $7,293,050 indefinite-delivery/indefinite-quantity fixed-price contract for international ocean and intermodal distribution services (HTC711-19-D-W040). Work will be performed worldwide as specified on each individual order, and is expected to be completed Aug. 31, 2020. Type of appropriation is fiscal 2019 and 2020 transportation working capital funds to be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Henry Schein, Melville, New York, has been awarded a maximum $35,520,833 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for consumable dental items. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a July 15, 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 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2DE-19-D-0010). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $21,256,902 modification (P00004) to a cost-plus-fixed-fee delivery order (N0001919-F-2512) against a previously issued basic ordering agreement N00019-14-G-0020. This modification provides for modification kits, special tooling and installation labor for the modification and retrofit of F-35 Lightning II Joint Strike Fighter aircraft for the Marine Corps, Navy, Air Force, non-U.S. Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2024. Fiscal 2017, 2018, and 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant funds; and FMS funds in the amount of $21,256,902 will be obligated at time of award, $949,495 of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($6,664,143; 31%); Navy ($6,290,194; 30%); Air Force ($4,651,660; 22%); non-U.S. DoD participants ($2,966,510; 14%); and FMS customers ($684,394; 3%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. QED Systems Inc., Virginia Beach, Virginia, is awarded a $17,630,160 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for the storage, overhaul, assessment, repair and industrial activity to make ready for issue critical steam plant valves to support Naval Surface Warfare Center Philadelphia Division. The Naval Surface Warfare Center, Philadelphia Division, engineering, technical, production and subsequent logistic support services (including personnel and facilities) required to develop and integrate technological improvements for Steam Safety and Reliability Program critical spares and 2SCOG program for steam valves installed onboard current LHD-1 class and LCC-19 class, as well as support system life cycle requirements required by Naval Surface Warfare Center, Philadelphia Division, Code 412. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by July 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $1,000,000 will be obligated at award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4026). ATI Wood-Solesi, Corsico, Italy, is awarded a $14,361,448, firm-fixed-price contract for the P1804 Construct Hydrant System at Naval Air Station Sigonella, Italy. The work to be performed provides for construction of the P1804 type III hydrant system piping loop and pump control panel that will service fueling operations on ramps 1, 2 and 3. This project will be designed in accordance with the latest Department of Defense standard designs and criteria and will include a hydrant loop with seven hydrant refueling pits, pantograph flush/checkout stand facility, pantograph storage area and the replacement of the pump control panel. This project will increase the efficiency of refueling by decreasing the amount of time refueling operations take and the number of personnel required to refuel the aircraft during peak air operations. Work will be performed in Corsico, Italy, and is expected to be completed by July 2021. Fiscal 2018 military construction, (Defense Logistics Agency) contract funds in the amount of $14,361,448 are obligated at the time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-C-5022). Cardno-Amec Foster Wheeler Public Works JV, Charlottesville, Virginia, is awarded a $10,934,892 firm-fixed-price task order N62470-19-F-4093 under a previously indefinite-delivery indefinite-quantity contract (N62470-18-D-3009) for inventory existence and completeness of operating materials and supplies at various Naval Facilities Engineering Command (NAVFAC) public works departments. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $14,868,095. The work to be performed provides for all management, labor, supplies, equipment, information technology, materials and transportation necessary to perform screen of undocumented materials to include identification, inventory, organization, assigning unique locations, and recommendations for disposal. The options, if exercised, provides for the work to be performed at additional NAVFAC locations including Pearl Harbor, Hawaii, Sigonella, Italy, Naples, Italy, and Manama, Bahrain. Work will be performed in San Diego, California (22%); Great Lakes, Illinois (9%); Ventura County, California (9%); Norfolk, Virginia (7%); Kingsville, Texas (5%); Coronado, California (5%); Earle, New Jersey (5%); Washington, District of Columbia (4%); Kittery, Maine, (4%); Lemoore, California (3%); Virginia Beach, Virginia (3%); Seal Beach, California (2%); Indian Head, Maryland (2%); Crane, Indiana (2%); Monterey, California (2%); Fort Worth, Texas (2%); Dahlgren, Virginia (2%); Panama City, Florida (2%); Kitsap, Washington (1%); Corpus Christi, Texas (1%); Everett, Washington (1%); New London, Connecticut (1%); Key West, Florida (1%); China Lake, California (1%); New Orleans, Louisiana (1%); Gulfport, Mississippi (1%); Portsmouth, Virginia (1%); and Yorktown, Virginia (1%). The work is expected to be completed by December 2019. Fiscal 2019 Navy working capital fund contract funds in the amount of $10,934,892 are obligated at the time of this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. NAVFAC AVFAC Atlantic, Norfolk, Virginia, is the contracting activity. Synensys LLC, Peachtree City, Georgia, is awarded a $9,142,957 firm-fixed-price contract for patient safety services at naval military treatment facilities within and outside of the contiguous United States to include: Naval Medical Center, Portsmouth, Virginia (25%); Naval Medical Center, San Diego, California (25%); Naval Health Clinic Annapolis, Maryland (10%); Naval Hospital Pensacola, Florida (10%); Naval Health Clinic, Quantico, Virginia (10%); Naval Health Clinic New England, Newport, Rhode Island (10%); and Naval Hospital Naples, Italy (10%). Fiscal 2019 Defense Health Program funds in the amount of $2,198,241 will be obligated at time of award and will expire at the end of the current fiscal year. This is a five-year single award contract and work is expected to be completed by Aug. 31, 2024. The contract was competitively procured as a total small business set-aside via the Federal Business Opportunities website, with five offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-C-0004). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1899728/source/GovDelivery/

  • BAE nets $4.7M by DARPA to integrate machine learning into RF signals detection

    9 juillet 2019 | International, Aérospatial, C4ISR

    BAE nets $4.7M by DARPA to integrate machine learning into RF signals detection

    By Allen Cone July 8 (UPI) -- The Defense Advanced Research Projects Agency has awarded BAE Systems a contract worth up to $4.7 million to integrate machine learning into intelligence gathering involving radio frequency signals. The technology will be used in platforms to decipher the signals, BAE said in a news release Monday. Signals intelligence, or SIGINT, provides to the military advanced signal location and exploitation capabilities "to counter the threats of today and tomorrow," according to BAE. The total contract is dependent on successful completion of milestones and includes hardware delivery, as well as integration and demonstration support. The setup, which is called Controllable Hardware Integration for Machine-learning Enabled Real-time Adaptivity, or CHIMERA, provides a reconfigurable hardware platform for machine learning algorithm developers to make sense of radio frequency signals. BAE says the system is necessary "in increasingly crowded electromagnetic spectrum environments." The contract is the second BAE has received under the Radio Frequency Machine Learning systems program. The first was a contract to develop data-driven machine learning algorithms. "CHIMERA brings the flexibility of a software solution to hardware," said Dave Logan, vice president and general manager of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance -- C4ISR -- Systems at BAE Systems. "Machine-learning is on the verge of revolutionizing signals intelligence technology, just as it has in other industries." The new system is capable of adapting to RF configurations in real time, offering better, easier control and improved performance that was not previously available. The system's open architecture interfaces also allow for third-party algorithm development, which BAE said will make it easier to upgrade and less likely to become obsolete. And communications, radar and electronic warfare also can benefit from the new hardware platform, BAE said. https://www.upi.com/Defense-News/2019/07/08/BAE-nets-47M-by-DARPA-to-integrate-machine-learning-into-RF-signals-detection/5261562595628/

  • Contract Awards by US Department of Defense - July 8, 2019

    9 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - July 8, 2019

    DEFENSE INFORMATION SYSTEMS AGENCY Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111). Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113). McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112). Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110). ARMY The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. 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 July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003). DEFENSE LOGISTICS AGENCY Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

  • How 2 Space Norway satellites will help the Air Force in the Arctic

    8 juillet 2019 | International, Aérospatial, C4ISR

    How 2 Space Norway satellites will help the Air Force in the Arctic

    By: Nathan Strout Two Norwegian satellites will host the core components of the U.S. Air Force's next generation satellite communications system for the arctic, Northrop Grumman announced July 3. The Air Force payloads are part of the the Enhanced Polar System Recapitalization project, a program that fills the military's satellite communications need in the arctic reguib, which is not regularly covered by the Advanced Extremely High Frequency satellite system or its predecessor, the Milstar system. EPS-R will replace the Interim Polar System, which has been providing military satellite communications in the North polar region since 1998 as an adjunct to Milstar. Similar to the AEHF satellites, the EPS-R payloads will provide secure, anti-jamming communications for war fighters. The Pentagon announced the $428.8 million contract with Northrop Grumman for the Air Force EPS-R payloads in February 2018. At the time, the Pentagon noted that the payloads could be hosted on a separately procured satellite. Then, on July 3, Northrop Grumman announced it had been awarded a contract from Space Norway for two satellites capable of delivering the agency's Arctic Satellite Broadband Mission. The two Space Norway satellites will carry several payloads, including an X-Band payload for Norwegian Defense, a Ka-Band payload for Inmarsat and the two Air Force payloads. Work on the Air Force payloads was originally expected to be completed in December 2022, though Northrop Grumman now expects both satellites will launch in late 2022. https://www.c4isrnet.com/battlefield-tech/2019/07/05/how-2-space-norway-satellites-will-help-the-air-force-in-the-arctic/

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.