Back to news

June 18, 2024 | International, Security

ASUS Patches Critical Authentication Bypass Flaw in Multiple Router Models

ASUS releases crucial updates for multiple router models to address critical authentication bypass and buffer overflow vulnerabilities. Users urged to

https://thehackernews.com/2024/06/asus-patches-critical-authentication.html

On the same subject

  • Contract Awards by US Department of Defense - May 08, 2020

    May 11, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 08, 2020

    AIR FORCE Cardinal Contracting Inc., Freehold, New Jersey (FA4484-20-D-0007); Ranco Construction Inc., Southampton, New Jersey (FA4484-20-D-0008); Rome Management Associates LLC, Trenton, New Jersey (FA4484-20-D-0009); The Oak Group Inc., Camden, New Jersey (FA4484-20-D-0010); and GWP Enterprises Inc., Franklinville, New Jersey (FA4484-20-D-0022), are each being awarded a ceiling $66,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for asphalt paving and concrete of one base-year, plus up to four one-year options. The contractors will provide all plant, labor, materials, equipment, transportation, fuel, supervision and permits required. All work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by May 10, 2025. This award is the result of a competitive acquisition with seven offers received. Fiscal 2020 operations and maintenance funds will be used, with no funds being obligated at the time of award. Funding will be provided on individual task orders. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. Moog Inc., Elma, New York, was awarded a $9,508,592, indefinite-delivery/indefinite-quantity requirements modification (P00013) to FA8118-15-D-0001 for the overhaul of the B-2 Hydraulic Servocylinder contract line item numbers during a six-month extension of services from May 8, 2020, through Nov. 8, 2020. Work will be performed in Elma, New York. This award is the result of a sole-source acquisition and one offer was received. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $9,443,405 task order (FA8523-20-F-0027) on basic contract FA8523-19-D-0006 for engineering sustainment in support of the AAR-44, AAR-47 and Georgia Tech Synthetic Imaging Missile Simulation systems. This order provides support to the analysis and evaluation of various electronic optical/infrared and radio frequency threats and responses which will improve the survivability, reliability and mission success for U.S. warfighting airborne elements. Work will be performed in Atlanta, Georgia, and is expected to the completed by May 21, 2025. Fiscal 2020 operations and maintenance funds in the amount of $1,697,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. ARMY Kord Technologies LLC, Huntsville, Alabama, was awarded a $50,965,000 modification (P00004) to contract W31P4Q-17-D-0044 for target system hardware support. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2022. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $25,610,000 firm-fixed-price contract for three Aerosonde Mk4.7 systems, initial spare parts, logistics support, new equipment training and two field service representatives. Bids were solicited via the internet with one received. Work will be performed in Nigeria, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 overseas contingency operations, defense funds in the amount of $25,610,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0025). AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $20,780,000 firm-fixed-price contract for two Aerosonde Mk4.7 systems, initial spare parts, new equipment training, logistics support and a field representative. Bids were solicited via the internet with one received. Work will be performed in Uganda, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 peacekeeping operations and overseas contingency operation funds in the amount of $20,780,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0014). Manson Construction Co., Seattle, Washington, was awarded a $20,300,000 firm-fixed-price contract for fully crewed and equipped self-propelled trailing suction type hopper dredge on a rental basis. Bids were solicited via the internet with four received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Aug. 13, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $20,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0024). Healy Tibbitts Builders Inc., Aiea, Hawaii, was awarded a $9,745,000 firm-fixed-price contract for Honolulu Harbor maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of Nov. 20, 2021. Fiscal 2020 civil construction funds in the amount of $9,745,000 were obligated at the time of the award. U.S. Army Corps of Engineers Honolulu, Hawaii, is the contracting activity (W9128A-20-C-0003). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $7,561,560 firm-fixed-price contract for small mission computer hardware and executable software for the RQ-7B Shadow Tactical Unmanned Aircraft System. Bids were solicited via the internet with one received. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of Aug. 15, 2022. Fiscal 2019 aircraft procurement (Army) funds in the amount of $7,561,560 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0060). NAVY Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $47,654,068 cost-plus-incentive-fee delivery order to previously awarded indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for the procurement of submarine modernization kits, equipment and installation. Work will be performed in Syracuse, New York, and is expected to be complete by February 2023. Fiscal 2020 and 2019 shipbuilding and conversion (Navy) funds in the amount of $39,580,396 and 2020 other procurement (Navy) funds in the amount of $8,073,672 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, is awarded a $20,720,170 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-6322 for engineering and technical services for the Unmanned Influence Sweep System (UISS) and Unmanned Surface Vehicle program. Work will be performed in Hunt Valley, Maryland (70%) and Slidell, Louisiana (30%). The UISS will allow the Littoral combat ship to perform its mine countermeasure sweep mission and targets acoustic, magnetic and magnetic/acoustic combination mine types. The UISS program will satisfy the Navy's need for a rapid, wide-area coverage mine clearance capability which are required to neutralize magnetic/acoustic influence mines. The UISS also seeks to provide a high-area coverage rate in a small, lightweight package with minimal impact on the host platform. Work is expected to be complete by September 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $7,193,864 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. DEFENSE LOGISTICS AGENCY S&L Aerospace Metals LLC,* Flushing, New York, has been awarded a $24,386,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cylinders and pistons. This was a limited competitive acquisition set-aside to small business sources only, as stated in Federal Acquisition Regulation 19.502-2. This is a five-year contract with no option periods. Location of performance is New York, with a May 7, 2025 performance completion date. Using military service is Army. The type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0043). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2181939/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 3, 2019

    July 4, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 3, 2019

    AIR FORCE DynCorp International, Fort Worth, Texas, has been awarded a $308,616,183 firm-fixed-price contract for aviation command and control operations and maintenance services. This contract provides for air traffic control, airfield management and associated maintenance support. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be completed by July 31, 2024. This award is the result of a competitive acquisition with four offers received. Fiscal 2019 operations and maintenance funds in the amount of $379,576 are being obligated at the time of award. The Air Combat Command's Acquisitions management and integration center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-C-A013). AAR Supply Chain Inc., doing business as AAR Defense Systems & Logistics, Wood Dale, Illinois, has been awarded a $209,986,676 ceiling indefinite-delivery/indefinite-quantity contract for C-130H contractor logistics support for the Afghanistan Air Force. This contract will provide the Afghanistan Air Force with full C-130H contractor logistics support to include maintenance and repair, as well as on the job training for local Afghan nationals. Work will be performed Kabul, Afghanistan, and is expected to be completed by Jan. 29, 2025. This contract involves foreign military sales to Afghanistan. Foreign Military Sales funds in the amount of $12,011 are being obligated at the time of award. This award is the result of a competitive acquisition and one offer was received. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0006). The University of Dayton Research Institute, Dayton, Ohio, has been awarded a $28,527,970 firm-fixed price, labor hour and cost reimbursement-no-fee contract for F-15 sustainment engineering studies. This contract provides for systems/structural engineering field and programmed depot maintenance support, reliability and maintainability analysis and aircraft structural integrity program capability development and sustainment. Work will be performed at Dayton, Ohio; and Robins Air Force Base, Georgia, and is expected to be completed by June 28, 2029. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,464,648 are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management System, Robins AFB, Georgia (FA8505-19-D-0003). The Rockhill Group Inc., Moline, Florida, has been awarded a $12,211,850 firm-fixed-price contract for Air Force Special Operations Command (AFSOC) aircrew instruction instructor support required by the 492 Special Operations Wing and operational wings. This contract provides for critical flying training unit support instruction (platform, simulator and flight) to all students going through AFSOC's initial and mission qualification school and continuation training for combat aircrews. Work will be performed at Hurlburt Field, Florida; Duke Field, Florida; Cannon Air Force Base, New Mexico; and Royal Air Force Mildenhall, United Kingdom, and is expected to be completed by Dec. 31, 2019. This award is the result of sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $12,211,850 are being obligated at the time of award. The 765th Specialized Contracting Flight, Air Force Installation Contracting Center, Hurlburt Field, Florida, is the contracting activity (FA0021-19-C-A003). NAVY Lockheed Martin Corp., Orlando, Florida, is awarded an undefinitized contract action established under delivery order (N00019-19-F-4037) with a not-to-exceed value of $174,970,959. This delivery order against a previously issued basic ordering agreement (N00019-19-G-0011) provides for engineering, testing, product support and ancillary support to update the current Long Range Anti-Ship Missile components and systems required to achieve objective requirements in the Offensive Anti-Surface Warfare Increment 1 Capability Description Document. Work will be performed in Orlando, Florida (58%); Wayne, New Jersey (20%); Nashua, New Hampshire (15%); Troy, Alabama (6%); and Ocala, Florida (1%), and is expected to be completed in November 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $40,000,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Construction Development Services Inc.,* Norfolk, Virginia (N40085-16-D-6348); Cram Roofing Co.,* San Antonio, Texas (N40085-16-D-6349); Gallaher Management Group Inc.,* Greenville, North Carolina (N40085-16-D-6350); Industrial Contract Service Corp.,* Wilmington, North Carolina (N40085-16-D-6351); Quality Roofers & Guttering, Inc.,* Jacksonville, North Carolina (N40085-16-D-6352); and Service Disabled Contracting Group, Inc.,* Norfolk, Virginia (N40085-16-D-6353), are awarded a combined amount $50,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for roofing construction services within the Marine Corps installations east area of responsibility. The work to be performed provides for replacement and installation of roofs and associated materials. Projects include roof repair and replacement of new and existing roofs. Projects may require new construction, design, alteration or maintenance and repair of existing roofs. Roofs may be sloped or flat. After award of this modification, the total maximum dollar value for all six contracts combined will be $95,000,000. Work will be performed at Navy and Marine Corps installations at various locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%), and is expected to be completed by February 2021. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance (Marine Corps); and military construction funds. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Heffler Contracting Group Inc.,* El Cajon, California, is awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at 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 or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, heating, ventilation, air and cooling and fire suppression/protection system installation projects. Work will be performed in Twentynine Palms, California (36%); Barstow, California (36%); and Bridgeport, California (28%). 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 seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2631). Elite Pacific Construction Inc.,* Kaneohe, Hawaii, is awarded $12,665,000 for firm-fixed-price task order N62478-19-F-4158 under a previously awarded multiple award construction contract (N62478-18-D-4022) to overhaul the Drydock No. 2 intermediate caisson to maintain its 10-year certification at Joint Base Pearl Harbor-Hickam (JBPHH). The work to be performed provides for 10-year ultrasonic testing of the caisson structural members and plating in accordance with Military Standard 1625D including, but not limited to, plating of the entire hull, top deck (weather deck), machinery deck, internal strength decks, bulkheads including breast hooks, ballast tank and machinery deck internal structural members such as stiffeners, truss frame members and seachests/ballast piping seaward of the first closure valve. Other repair scope items include sandblasting and preserving interior and exterior surfaces of the caisson, including the weather deck; cleaning, priming and painting all interior and exterior surfaces of the caisson; removing existing non-skid coating from the weather deck; and installing industrial strength adhesive-type non-skid surface material on the weather deck and machinery deck. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $12,665,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, JBPHH, Hawaii, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded an $8,044,102 cost-plus-fixed-fee modification under previously-awarded basic ordering agreement N00164-17-G-JQ02-0004 to extend the period of performance for depot support services in support of life-cycle sustainment of the Multi-Spectral Targeting System for U.S. Navy, Army, Air Force and special operations forces platforms. Work will be performed in McKinney, Texas, and is expected to be completed by September 2021. Fiscal 2019 working capital funds in the amount of $275,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. Tompco Inc.,* Seabeck, Washington, is awarded $8,209,449 for firm-fixed-price task order N44255-19-F-4274 under a previously awarded multiple award construction contract (N44255-17-D-4014). The work will convert the Perch-Pickerel Housing area from family housing to unaccompanied housing consisting of 24 buildings with 18 eight-unit buildings and six four-unit buildings at Naval Base Kitsap, Bangor. The work to be performed includes: replace and install new carpet where required; add exterior lighting to all buildings; change thermostats in each unit; install building and unit number placards at each building and unit; remove existing playgrounds; install two picnic shelters and BBQs; replace entry doors to each unit; remove existing mailboxes; and provide fire protection. The task order also contains two unexercised options, which if exercised, would increase cumulative task order value to $12,689,449. Work will be performed in Silverdale, Washington, and is expected to be completed by Aug. 4, 2020. Fiscal 2019 Commander Navy Installation Command contract funds in the amount of $8,209,449 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, Northwest, Silverdale, Washington, is the contracting activity. ARMY Patton-Tully Marine Inc.,* Memphis, Tennessee (W912EQ-19-D-0002); Luhr Bros. Inc., Columbia, Illinois (W912EQ-19-D-0001); Pine Bluff Sand and Gravel Whitehall, Arizona (W912EQ-19-D-0003); Bertucci Contracting Co.,* Jefferson, Louisiana (W912EQ-19-D-0004); and Choctaw Transportation Co. Inc.,* Dyersburg, Tennessee (W912EQ-19-D-0005), will compete for each order of the $150,000,000 firm-fixed-price contract for maintaining the Mississippi River and tributaries channel improvement project. 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 July 3, 2024. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. NCI Information Systems, Reston, Virginia, was awarded a $27,956,232 modification (P00005) to contract W91RUS-18-C-0017 for information technology services for cyber network operations and security support. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 30, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,251,101 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. RSCI, Boise, Idaho, was awarded a $21,623,000 firm-fixed-price contract to design and construct a 42,000 square foot Red Flag 5th Generation facility addition. Bids were solicited via the internet with eight received. Work will be performed in Nellis Air Force Base, Nevada, with an estimated completion date of June 22, 2021. Fiscal 2019 defense military construction funds in the amount of $21,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0023). LGC Global Inc., Detroit, Michigan, was awarded an $11,311,046 firm-fixed-price contract for construction of a physical fitness center at Niagara Falls Air Reserve Station, New York. Bids were solicited via the internet with four received. Work will be performed in Niagara Falls, New York, with an estimated completion date of July 15, 2021. Fiscal 2019 Air Force Reserve military construction funds in the amount of $11,311,046 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0021). AECOM Management Services Inc., Germantown, Maryland, was awarded a $9,866,058 modification (P00144) to contract W58RGZ-16-C-0001 for aviation maintenance services and limited depot support. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Dec. 29, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance, Army; operations and maintenance, Army Reserve; and other procurement, Army funds in the combined amount of $9,866,058 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1896502/source/GovDelivery/

  • Germany leans on industry for latest PzH 2000 artillery provision to Ukraine - Army Technology

    September 24, 2024 | International, Land

    Germany leans on industry for latest PzH 2000 artillery provision to Ukraine - Army Technology

    For its latest equipment package for Ukraine, German has obtained a new batch of PzH 2000 artillery systems from industry.

All news