April 25, 2024

Military Wants to Keep Eye on Small UAS

drones UAS

Morning Coffee is a robust blend of links to news around the Internet concerning the Naval Air Station Patuxent River Morning Coffee logoeconomic community. The opinions expressed here do not reflect opinions of the Leader’s owners or staff.

The Defense Advanced Research Projects Agency wants the capability to track and identify low-flying drones, just as it already can with planes and other unmanned aerial systems, Defense Systems reports. Systems are being developed to track UAS flying below 1,000 feet. That would be the military equivalent of the air traffic control system.

Last week marked the successful completion of testing with the Naval Undersea Warfare Center and AeroVironment. The tests showed how Navy submarines can use Blackwing unmanned aircraft vehicles to communicate with drone submarines called unmanned underwater vehicles, The Motley Fool reports.

Since the US has signed a landmark agreement with Israel, under which the latter will receive military aid worth $38 billion over a decade, Nasdaq takes a look at the US companies that could benefit from the deal. The deal represents the largest ever military aid pledged by the US to a foreign nation.

Defense News reports that Sen. Lindsey Graham is preparing a one-time $1.5 billion emergency funding bill to make a point that restrictions in the White House’s landmark aid deal to Israel were an overreach.

Executives from defense contractor Ingalls Shipbuilding toured China recently as part of their search for a foreign company to build a dry dock for US Navy ships, The Washington Post reports. Officials at the Pentagon and other experts don’t believe a Chinese company should be involved in US military-related projects.

Military leaders told the Senate Armed Services Committee last week that budget uncertainty, constrained funding levels, and the threat of sequestration threaten the military’s ability to sustain readiness levels necessary to meet current mission demands and build the forces capable of meeting future security threats, asmconline.org reports. Army Chief of Staff Gen. Mark A. Milley warned that the Army will not be able to meet its readiness needs or “build the Army our nation needs in the future” if sequestration returns.

Defense News reports that the Air Force plans to shrink its air inventory by 235 planes over the next five years. An analysis, which covers fiscal years 2017-21, showed that the Air Force plans to divest 232 T-38 trainers, 166 A-10 Warthogs and 160 F-16s over the next five years, while adding 185 F-35s.

The Navy has awarded a $79.5 million contract to Lockheed Martin to provide an open architecture combat management system for frigates, C4ISRNET reports. The Component-Based Total-Ship System — 21st Century (COMBATSS-21) is already used by the littoral combat ship.

First lady Michelle Obama and former first lady Laura Bush last week urged the next occupants of the White House to be vocal advocates for veterans and military service members because the challenges and sacrifices of those families isn’t over, Military Times reports.

The US Atlantic Fleet has a new leader. Navy RADM Patrick Piercey, director of maritime operations for the Pacific Fleet, has been named commander of the naval surface force for the US Atlantic Fleet in Norfolk, VA., ExecutiveGov.com reports.

A Japanese court ruled Friday that Okinawa’s governor exceeded his legal authority by revoking a permit to reclaim land for the relocation of a US military base, The Associated Press reports. The decision is part of a legal battle between Okinawa and Japan’s government over plans to move the base to a less-populated part of the island.

Military Times reports that Libertarian candidate Gary Johnson will not be invited to the presidential debate with Hillary Clinton and Donald Trump on Sept. 26.

Contracts:

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $136,588,895 for firm-fixed-price delivery order 0001 against a previously issued basic ordering agreement (N00019-14-G-0020). This modification provides for low-rate initial production Lot 10 air vehicle initial spares to include F-35 common spares; F-35A, F-35B and F-35C unique spares; and aloft spares packages/deployment spares packages required to support the air vehicle delivery schedule for the Air Force, Navy and Marine Corps, as well as non-Department of Defense (DoD) participants and Foreign Military Sales customers. Work will be performed in Fort Worth, Texas (24.4 percent); El Segundo, California (9 percent); Owego, New York (8.6 percent); Samlesbury, United Kingdom (7.2 percent); Cheltenham, United Kingdom (6.2 percent); Nashua, New Hampshire (5.8 percent); Torrance, California (5.5 percent); Orlando, Florida (4.9 percent); Cedar Rapids, Iowa (3.7 percent); San Diego, California (3.6 percent); Phoenix, Arizona (3.1 percent); Melbourne, Florida (3 percent); Irvine, California (2.5 percent); North Amityville, New York (2.4 percent); Windsor Locks, Connecticut (2.2 percent); Baltimore, Maryland (2.2 percent); Papendrect, Netherlands (1.9 percent); Rolling Meadows, Illinois (1.8 percent); and Alpharetta, Georgia (1.8 percent), and is expected to be completed in December 2019. Fiscal 2016 aircraft procurement (Air Force, Navy, Marine Corps) funds in the amount of $89,299,340 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This delivery order combines purchases for the Air Force ($52,280,750; 38.3 percent); Navy ($1,303,033; 1 percent); Marine Corps ($35,715,557; 26.1 percent); non-DoD participants ($27,755,423; 20.3 percent); and Foreign Military Sales ($19,534,133; 14.3 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

22nd Century Technologies Inc., Somerset, New Jersey (N00244-16-D-0016); Alutiiq Pacific LLC, Anchorage, Alaska (N00244-16-D-0017); ASR International Corp., Hauppauge, New York (N0024-16-D-0018), (N0024-16-D-0026), (N0024-16-D-0036), and (N0024-16-D-0046); Blackwatch International, Rockville, Maryland (N00244-16-D-0019); Coastal Management Solutions, Virginia Beach, Virginia (N00244-16-D-0020), (N0024-16-D-0038), and (N0024-16-D-0048); Dellew Corp., Kapolei, Hawaii (N00244-16-D-0021), (N0024-16-D-0028), (N0024-16-D-0039), and (N0024-16-D-0049); Logistics Support Inc., Arlington, Virginia (N00244-16-D-0022), (N0024-16-D-0030), (N0024-16-D-0040), and (N0024-16-D-0050); MCH Consulting Services, Suffolk, Virginia (N00244-16-D-0023), (N0024-16-D-0032), (N0024-16-D-0042), and (N0024-16-D-0052); Technologists Inc., Vienna, Virginia (N00244-16-D-0024), (N0024-16-D-0034), (N0024-16-D-0044), and (N0024-16-D-0054); Tek Source USA Inc., Tampa, Florida (N00244-16-D-0025), (N0024-16-D-0035), (N0024-16-D-0045), (N0024-16-D-0055); ATA Services Inc., Lakewood, Colorado (N0024-16-D-0027), (N0024-16-D-0037), and (N0024-16-D-0047); Glocoms Inc., Chicago, Illinois (N0024-16-D-0029); The Magetti Group, Wilmington, Delaware (N0024-16-D-0031), (N0024-16-D-0041), and (N0024-16-D-0051); and RTL Networks, Denver, Colorado (N0024-16-D-0033), (N0024-16-D-0043), and (N0024-16-D-0053), are being awarded an estimated $40,458,716 multiple award, indefinite-delivery/indefinite-quantity, firm-fixed-price task orders contract for a wide range of support services to include administrative support and clerical services; quarters management services; healthcare services (except doctors, nurses or physician assistants); information and arts; information technology; maritime material handling; mechanics and maintenance and repair; plant and system operation; engineering/technical support; mobile equipment operation; financial management; specialized technology; and industrial services and general services and support.  Each contract includes a one-year base period and four one-year option periods.  If all options are exercised, the total contract will reached a value of $750,000,000.  Work will be performed throughout the 50 United States including Alaska and Hawaii; and Guam, Washington, District of Columbia, and the U.S. Territory of Puerto Rico. The percentage of work varies by state with the majority of the effort in California (31 percent); Texas (15 percent); Virginia (10 percent); Florida (9 percent); Hawaii (7 percent); and 28 percent in the remaining locations. Work is expected to be completed by September 2017; if all options are exercised, work will be completed by September 2021. Fiscal 2016 operation and maintenance (Navy) funds in the amount of $40,000 will be obligated ($1,000 on each of the 40 contracts to fund the contract’s minimum amount) and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with 112 offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, Regional Contracting Department, Seal Beach Division, Seal Beach, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $26,450,000 modification to firm-fixed-price delivery order 0031 against a previously issued basic ordering agreement (N00019-14-G-0020). This modification provides for low-rate initial production Lot 9 air vehicle initial spares to include F-35B aloft spares packages required to support the air vehicle delivery schedule for the Marine Corps. Work will be performed in Fort Worth, Texas (24.4 percent); El Segundo, California (9 percent); Owego, New York (8.6 percent); Samlesbury, United Kingdom (7.2 percent); Cheltenham, United Kingdom (6.2 percent); Nashua, New Hampshire (5.8 percent); Torrance, California (5.5 percent); Orlando, Florida (4.9 percent); Cedar Rapids, Iowa (3.7 percent); San Diego, California (3.6 percent); Phoenix, Arizona (3.1 percent); Melbourne, Florida (3.0 percent); Irvine, California (2.5 percent); North Amityville, New York (2.4 percent); Windsor Locks, Connecticut (2.2 percent); Baltimore, Maryland (2.2 percent); Papendrect, Netherlands (1.9 percent); Rolling Meadows, Illinois (1.8 percent); and Alpharetta, Georgia (1.8 percent), and is expected to be completed in March 2020. Fiscal 2016 aircraft procurement (Navy/Marine Corps) funds in the amount of $26,450,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Tewksbury, Massachusetts, is being awarded a $22,000,000 modification to previously awarded contract (N00024-10-C-5126) to exercise an option for engineering services in support of DDG 1000 Zumwalt class destroyer program. Work for engineering services under this contract will address DDG 1000 Zumwalt class destroyer program software corrections, facilities, training, and cybersecurity and shipboard requirements. Work will be performed in Bath, Maine (31 percent); Tewksbury, Massachusetts (30 percent); Portsmouth, Rhode Island (27 percent); Wallops Island, Virginia (5 percent); San Diego, California (6 percent); and Fort Wayne, Indiana (1 percent), and is expected to be complete by December 2016. Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $17,275,617 will be obligated at the 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.

Digital Receiver Technology Inc., Germantown, Maryland, is being awarded a $9,695,794 indefinite-delivery/indefinite-quantity contract for portable, ruggedized, and man-packable surveillance equipment and their associated peripherals in support of Combat Direction Systems Activity Dam Neck’s role as in-service engineering agent, technical design agent, and acquisition engineering agent. Work will be performed in Germantown, Maryland, and is expected to be completed by September 2017.  Fiscal 2016 other procurement (Navy) funding in the amount of $3,380,911 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 US Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Virginia, is the contracting activity (N00178-16-D-2027).

Bell-Boeing Joint Project Office, Amarillo, Texas, was awarded $8,002,860 for modification 07 to a previously issued, cost-plus-fixed-fee delivery order 0026 placed against basic ordering agreement N00019-12-G-0006. This modification exercises options for software and hardware upgrades for 19 Marine Corps V-22 (MV-22) flight training devices. These options will upgrade the software and hardware configuration of the Okinawa MV-22 device and visual upgrades, to include the addition of a Mediterranean database. Work will be performed in Chantilly, Virginia (26 percent); Broken Arrow, Oklahoma (21 percent); Fort Worth, Texas (18 percent); St. Louis, Missouri (10 percent); Philadelphia, Pennsylvania (5 percent); Albuquerque, New Mexico (4 percent); Clovis, New Mexico (4 percent); Fort Walton Beach, Florida (4 percent); Okinawa, Japan (4 percent); Clifton, New Jersey (2 percent); Orlando, Florida (1 percent) and Mildenhall, United Kingdom (1 percent), and is expected to be completed in March 2020. Fiscal 2014 and 2016 aircraft procurement (Navy) funds in the amount of $8,002,860 will be obligated at time of award, $1,929,552 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded Sept. 15, 2016)

Lockheed Martin Integrated Systems Inc., Bethesda, Maryland, was awarded a $37,330,706 firm-fixed-price contract for next generation technical services. The scope includes the management and technical support necessary to advance high performance computing services, capabilities, infrastructure, and technologies.  It includes the development of new techniques, analytical methods, and computational approaches to solve particular high performance computing problems or to generally advance the state of the art in high performance computing effectiveness and efficiency. Bids were solicited via the Internet with one received. Work will be performed in multiple locations with an estimated completion date of Dec. 17, 2016. Fiscal 2015 and 2016 operations and maintenance, Army; and research, development, test and evaluation funds in the amount of $37,330,706 were obligated at the time of the award. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-16-F-0274).

System Plus Inc., Rockville, Maryland, was awarded a $39,892,338 fixed price contract  that will serve as our “primary sustainment training” vehicle for enterprise systems including the current global clinical system training mission, and will provide the flexibility to support the enterprise as it transitions to Military Health System (MHS) Genesis in the coming years. It will also help realize a broader training support concept which will allow us to provide increased and surge support to systems not covered by previous training contracts. The contract includes optional contract lines item numbers (CLINS) for support to a variety of other applications outside the clinical portfolio to which future funds could be applied. The consolidated contract funds additional CLINS without pulling from system budgets or creating additional bills to the Services. Systems include:  Essentris, Defense Medical Human Resources System Internet (DHMRSi); Workload Management System for Nursing Internet (WMSNi); Electronic Institutional Review Board (eIRB); Enterprise Blood Management System (EBMS); and Armed Forces Billing and Collection Utilization Solution (ABACUS). Workflow and role-based training will be tailored by the Contractor to specific user integration branch training support services end user needs. The contract will use various methods for training to include a web-based/virtual classroom style, eLearning events, and/or a hands-on training model depending on the customer’s preference. The contractor shall provide training to end users at designated military treatment facilities within the continental US and outside the continental US. This contract was a competitively sourced acquisition under GSA’s IT Schedule 70 and fiscal 2016 operations and maintenance funds in the amount of $10,489,879 are being obligated at time of award. The Defense Health Agency, Contract Operations Division, San Antonio, Texas, is the contracting activity (HT0015-16-F-0104). (Awarded on Sept. 1, 2016)

Science Applications International Corp., McLean, Virginia, has been awarded a maximum $53,234,771 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for the establishment of a total supply chain management initiative to support spare parts used at Anniston Army Depot’s maintenance/manufacturing lines. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. Locations of performance are Virginia and Alabama, with a Sept. 15, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L1-16-D-0014).

Mantech Advanced Systems International Inc., Fairfax, Virginia, was awarded a $28,000,000 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for developing and maintaining the Product J product line. One bid was solicited with one received. Funding and work location will be determined with each order. The estimated completion date is Sept. 15, 2019. Army Contracting Command, Aberdeen, Maryland, is the contracting activity (W56KGY-16-D-0041).

Vencore Inc., Chantilly, Virginia, is being awarded an $80,114,995 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cyberspace science, research, engineering, and technology integration. Support includes technology assessment, development and transition; requirements analysis; systems engineering; operational and technical support; experimentation support; hardware and software development and prototyping; modeling and simulation; training; and security engineering/cybersecurity. This is one of seven multiple award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes one two-year option ordering period which, if exercised, would bring the potential value of this contract to $134,925,210. Work will be performed in San Diego, California (90 percent); and other continental U.S. and outside continental U.S. locations (10 percent). Work is expected to be completed Sept. 14, 2019. No funds will be obligated at the time of award. Funding will be obligated via task orders. The types of funding to be obligated include research, development test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via request for proposal N66001-15-R-0096 published on the Federal Business Opportunities website, and the Space and Naval Warfare Systems Command e-Commerce Central website; 13 offers received and seven were selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0445).

CACI National Security Solutions Inc., Reston, Virginia, is being awarded a $77,038,543 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, performance-based contract (N65236-16-D-8011) for Special Operations communications systems (SOCS) satellite communications (SATCOM) and network support services (NSS). Space and Naval Warfare Systems Center Atlantic has been tasked to provide SOCS SATCOM NSS in support of US Special Operations Command and other joint warfighting commands. The scope of work includes worldwide technical and logistics support for approximately 2,500 deployable SATCOM systems, and supporting wide area network infrastructure distributed over approximately 90 sites. The contract includes a single four-year ordering period. Work will be performed in Fayetteville, North Carolina (80 percent); Tampa, Florida (18 percent); and Charleston, South Carolina (2 percent), and is expected to be completed by September 2020. Fiscal 2015 procurement (defense agencies) funding in the amount of $10,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured by full and open competition via the Space and Naval Warfare Systems Center E-Commerce Central website and the Federal Business Opportunities website, with three timely offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $8,995,854 delivery order modification (0053-17) to previously awarded contract FA8106-10-D-0001 to obligate additional funding for contractor logistics support of the KC-10 program. Work will be performed worldwide to include McGuire Air Force Base, New Jersey; Travis Air Force Base, California; Hickam Air Force Base, Hawaii; Yakota Air Base, Japan; and Tinker Air Force Base, Oklahoma, and is expected to be completed by Sept. 28, 2018. Fiscal 2016 operations and maintenance funds in the amount of $8,995,854 are being obligated at time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Purcell Construction Corp., Watertown, New York, was awarded a $58,913,000 firm-fixed-price contract with options for Advanced Individual Training Barracks Complex, Phase III, at Fort Lee, Virginia. Bids were solicited via the Internet with four received, with an estimated completion date of Sept. 15, 2018. Fiscal 2012 military construction funds in the amount of $58,913,000 were obligated at the time of the award. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-16-C-0018).

ASM Research LLC, Fairfax, Virginia, was awarded a $7,799,934 fixed-price contract to provide for the development, testing, training, and deployment of a joint credentialing solution that supports the credentialing business requirements of the Department of Veterans Affairs (VA) and Department of Defense (DoD) – Joint DoD and VA Centralized Credentials Quality Assurance System (JCCQAS). The JCCQAS solution will also include the privileging, risk management, and adverse actions tracking needs of the DoD. The solution will be based on the existing DoD Credentials Quality Assurance System (CCQAS) solution, CCQAS 4.x, and will integrate the requirements of the VA into the joint credentialing solution. The contract meets the needs of both departments as established in the VA/DoD Health Executive Council to have a consolidated process for credentialing and privileging heath care providers between the DoD and VA. This will make cross-credentialing of providers between DoD and VA easier which will support quicker ability of either department to augment critical treatment needs in the other departments. The tool will have the potential for electronic management of malpractice and disability claims, and the tracking of adverse action investigations of heath care providers to include physicians, nurses, pharmacists, and other medical support personnel. This contract will build on the initial work done on a JCCQAS prototype funded by joint incentive funds. This contract was a sole-source acquisition utilizing joint incentive funds in the amount of $7,799,934 obligated at time of award because of available funds; the award will be for a 16-month period of performance. Should additional funds become available, the period of performance shall be extended to a total of 18 months.  The Defense Health Agency, Contract Operations Division, San Antonio, Texas, is the contracting activity (HT0015-16-F-0108). (Awarded on Sept. 10, 2016).

Leave A Comment