Back to news

April 29, 2024 | International, Security

China-Linked 'Muddling Meerkat' Hijacks DNS to Map Internet on Global Scale

The "Muddling Meerkat" threat actor is abusing DNS open resolvers to evade detection and conduct reconnaissance across the globe.

https://thehackernews.com/2024/04/china-linked-muddling-meerkat-hijacks.html

On the same subject

  • Contract Awards by US Department of Defense - December 26, 2018

    December 27, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 26, 2018

    NAVY Oceaneering International Inc., Chesapeake, Virginia (N64498-19-D-0001); Huntington Ingalls Inc., Newport News, Virginia (N64498-19-D-0002); and General Dynamics Electric Boat, Groton, Connecticut (N64498-19-D-0003), are being awarded cost-plus-fixed-fee, indefinite-delivery/indefinite quantity multiple award contracts with firm-fixed-priced ordering provisions for Submarine Safety (SUBSAFE) and Level I engineering and technical services in the amounts of $827,674,072; $874,341,811; and $1,110,350,671, respectively. This requirement is for management and technical services for the support installation, troubleshooting, repair, and maintenance of main and auxiliary weapons, as well as hull, mechanical and electrical equipment for various Submarine, SUBSAFE and Level I Material work onboard SSN 21 Class (Seawolf Class); SSN 688 Class (Los Angeles Class); SSBN/SSGN 726 Class (Ohio Class); and SSN 774 Class (Virginia Class) submarines. These contracts will primarily support large submarine maintenance and modernization programs and/or critical-path ship changes/alterations that are accomplished in Navy Chief of Naval Operation availabilities, dry-dock selected restricted availabilities, engineered refueling overhauls, depot modernization periods, and continuous maintenance availabilities. Work is expected to be performed at Norfolk Naval Shipyard, Portsmouth, Virginia; Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii; Portsmouth Naval Shipyard, Portsmouth, New Hampshire; Puget Sound Naval Shipyard, Bremerton, Washington; and Naval Submarine Base King's Bay, King's Bay, Georgia. The work under this contract will contain a five-year ordering period and is expected to be completed by December 2023. Fiscal 2019 operations and maintenance (Navy) funding in the total amount of $300,000 ($100,000 per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This funding represents the guaranteed contract minimum for each contract award. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity. Huang-Gaghan JV Two, * Alexandria, Virginia (N40080-19-D-0001); LLB Enterprises LLC, * Stafford, Virginia (N40080-19-D-0002); Argus-CJW JV LLC, * Leesburg, Virginia (N40080-19-D-0003); Signature-Renovations LLC, * Capital Heights, Maryland (N40080-19-D-0004); Snodgrass JV, * Annapolis, Maryland (N40080-19-D-0005); and JCMCS,* Washington, District of Columbia (N40080-19-D-0006), are each awarded indefinite-delivery/indefinite-quantity multiple award construction contracts for mechanical - construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). The maximum dollar value including the base year and four option years for all six contracts combined is $99,000,000. The work to be performed provides for construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Huang-Gaghan JV Two is being awarded task order 0001 at $2,942,286 for the seed project A-59 new mechanical room and central hot water system, at Naval Research Laboratory Washington, District of Columbia. Work for this task order is expected to be completed by January 2019. All work on this contract will be performed primarily within the NAVFAC Washington AOR to include District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 24 months, with an expected completion date of January 2020. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds in the amount of $2,942,286 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Defense Logistics Agency); and Navy working capital fund. This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, was awarded a $72,463,134 firm-fixed-price, cost-plus-fixed-fee, cost-only undefinitized contract action for the production of Aegis Weapon System fire control system MK 99 equipment, Aegis Modernization production requirements, and associated engineering services. Work will be performed in Andover, Massachusetts (66 percent); Marlborough, Massachusetts (16 percent); Chesapeake, Virginia (13 percent); Portsmouth, Rhode Island (3 percent); San Diego, California (1 percent); and Burlington, Massachusetts (1 percent), and is expected to be completed by April 2022. Fiscal 2018 shipbuilding and conversion (Navy); fiscal 2018 other procurement (Navy); and fiscal 2018 defense wide procurement funding in the amount of $22,975,534 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5112). (Awarded Dec. 21, 2018) KBE Building Corp., Farmington, Connecticut, is awarded a $30,188,219 firm-fixed-price contract for construction of a medical and dental clinic at Portsmouth Naval Shipyard. The work to be performed provides for the construction of a new free-standing medical and dental clinic consisting of two occupied stories with a shared two-story waiting area. The facility will replace the existing clinic, and will encompass Medical Homeport, optometry, undersea medicine, dental, and mental health, as well as pharmacy, radiology, ancillaries, support and administrative space. Supporting facilities construction will include all site utilities, site preparation, site improvements, paving (parking and roadways) and access roads. Work will be performed in Kittery, Maine, and is expected to be completed by January 2021. Fiscal 2017 defense military construction, medical funds in the amount of $30,188,219 are obligated on 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 two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008519C9072). General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded $28,957,961 for contract modification P00030 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00030-16-C-0005) for sustainment of the U.S. and United Kingdom (UK) SSBN fire control system, the U.S. SSGN Attack Weapon Control System, including training and support equipment. Also included is the missile fire control for the U.S. Columbia-class and UK Dreadnought-class Common Missile Compartment program development, through first unit UK production, and Strategic Weapon Interface Simulator. Work will be performed in Pittsfield Massachusetts (90.5 percent); Bremerton, Washington, (3.6 percent); Kings Bay, Georgia (2.7 percent); Dahlgren, Virginia (1 percent); Cape Canaveral, Florida (0.9 percent); Portsmouth, Virginia (0.9 percent); and the United Kingdom (0.4 percent), with an expected completion date of Sept. 30, 2023. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $20,139,048; and United Kingdom funds in the amount of $2,726,000 are being obligated on this award. Funds in the amount of $20,139,048 will expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,183,913; and United Kingdom funds in the amount of $909,000 will be obligated. Funds in the amount of $5,183,913 will expire at the end the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. General Dynamics Bath Iron Works, Bath, Maine, is awarded a $26,448,121 cost-plus-award-fee, cost-plus-fixed-fee, cost, and firm-fixed-price contract for planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000-class destroyers post-delivery and in-service life cycle support, and shock qualification test and analysis. The planning yard will provide DDG 1000 class technical, engineering and support, including emergent technical problem investigation and resolution; shock qualification test and analysis; maintenance and modernization planning; integrated logistics support; configuration data management; maintenance, repair and/or overhaul availability planning and scheduling; modernization planning and scheduling; industrial yard/facility planning and scheduling and material orders; and fabrication and kitting. This contract includes options which, if exercised, would bring the cumulative value of this contract to $86,703,677. Work will be performed in Bath, Maine (92 percent); Gardena, California (1 percent); Atlanta, Georgia (1 percent); Muscatine, Iowa (1 percent); Patterson, New Jersey (1 percent); Saratoga Springs, New York (1 percent); and other locations below one percent (3 percent); and is expected to be completed by December 2023. Fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $25,611,651 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition under the authority of 10 U.S. Code 2304(c)(1), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2322). Raytheon Missile Systems, Tucson, Arizona, is awarded a $17,011,832 modification to previously awarded contract N00024‑17-C-5420 to exercise an option for providing Zumwalt capability and design agent support to the STANDARD Missile-2. Work will be performed in Tucson, Arizona (47 percent); Andover, Massachusetts (33 percent); Mountain View, California (12 percent); San Diego, California, (3 percent); Chandler, Arizona (2 percent); Hudson, New Hampshire (2 percent); Redmond, Washington (1 percent), and is expected to be completed by March 2022. Fiscal 2017 and 2018 weapons procurement (Navy); and foreign military sales funding in the amount of $16,951,832 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. CORRECTION: A contract modification awarded Dec. 20, 2018, to Ameresco Select Inc., Framingham, Massachusetts, for $17,961,208 (N4740899F4117), was announced with an incorrect cumulative value. The correct total cumulative value after award of the modification is $121,374,022. ARMY SOS International LLC, Reston, Virginia, was awarded a $191,225,021 firm-fixed-price contract for base life support and security services. One bid was solicited with one bid received. Work will be performed in Taji, Iraq, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 operations and maintenance; and military personnel appropriations funds in the amount of $83,044,481 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0010). The Boeing Co., Mesa, Arizona, was awarded a $49,210,651 firm-fixe-price Foreign Military Sales (Qatar) contract for Maintenance Augmentation Team services for the Qatari Air Force AH-64E aircraft. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of July 31, 2024. Fiscal 2018 operations and maintenance Army funds in the amount of $49,210,651 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0008). AIR FORCE Alliant Techsystems Inc., Fort Worth, Texas, has been awarded a $36,570,512 firm-fixed-price modification (P00045) to contract FA8106-16-C-0004 that exercises Option Year Three for contractor logistic support. This contract provides the Iraqi Air Force's Cessna 208 fleet and the 208/172 Trainer fleet with contractor logistic support. Work will be performed in Iraq and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to Iraq and is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $35,000,000 contract modification for an existing non-competitive single award, indefinite-delivery/indefinite-quantity contract (H92241-15-D-0001) to provide post-deployment software support for the Common Avionics Architecture System. This modification increases the contract ceiling amount from $107,328,000 to $142,328,000. Each individual task order will be funded with procurement; research, development, testing and evaluation; and operations and maintenance appropriations, as appropriate, from the correct fiscal year at the time of obligation. This contract is not multiyear. Ordering periods will end on Nov. 30, 2019. This contract was awarded through noncompetitive procedures in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1721253/

  • Contract Awards by US Department of Defense - October 01, 2019

    October 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - October 01, 2019

    AIR FORCE Faxon Machining Inc., Cincinnati, Ohio (FA8681-20-D-0001); and Major Tool & Machine Inc., Indianapolis, Indiana (FA8681-20-D-0002), have been awarded a $600,000,000 indefinite-delivery/indefinite-quantity contract for BLU-136/B next generation area attack warhead case production. This contract provides for the procurement of 15,000 BLU-136/B next generation area attack warhead cases. Work will be performed at Cincinnati, Ohio; and Indianapolis, Indiana, and is expected to be complete by Sept. 30, 2026. This award is the result of a competitive small business set-aside acquisition. Fiscal 2019 ammunition production funds in the amount of $109,500 is being obligated at the time of award. The Air Force Life Cycle Management Center, Direct Attack Division, Eglin Air Force Base, Florida, is the contracting activity. United Launch Services, Centennial, Colorado, has been awarded a $98,549,235 firm-fixed-price contract for Atlas V Completion launch services. This contract provides launch service completion for three National Security Space Launch Atlas V missions (two Air Force and one National Reconnaissance Office) previously ordered under contract FA8811-13-C-0003. Work will be performed at Centennial, Colorado; Decatur, Alabama; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Nov. 30, 2020. This award is the result of a sole source acquisition. Fiscal 2019 and 2020 procurement funds are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-20-C-0001). Tunista Logistics Solutions LLC, Honolulu, Hawaii, has been awarded a $90,000,000 contract for Barry M. Goldwater Range operations and maintenance services. This contract provides for operation and maintenance services of the government-owned, contractor-operated facilities at Gila Bend Air Force Auxiliary Field, Gila Bend, Arizona, and support services for operation of the Barry M. Goldwater Range in support of training missions for the F-35, F-16 and A-10 aircraft pilots for Air Force and other Department of Defense agencies. Ranges are broadly categorized as either primary training ranges or major range and test facility bases. The Barry M. Goldwater Range is considered a primary training range. Services include airfield management, target and range maintenance, civil engineering, fire and emergency services, security, logistics, air traffic control, custodial, trash and refuse, environmental engineering, biological and environmental monitoring. Work will be performed at Gila Bend Air Force Auxiliary Field, and is expected to be completed by Sept. 30, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2020 operations and maintenance funds in the amount of approximately $13,000,000 are being obligated at the time of award. The 56th Contracting Squadron, Luke Air Force Base, Arizona, is the contracting activity (FA4887-20-D-0001). Teletronics Technology Corp., Newtown, Pennsylvania, has been awarded a $90,000,000 indefinite-quantity contract, for high speed data acquisition systems (HSDAS) and support. This contract provides the 59th Test and Evaluation Squadron with HSDAS and ancillary support services. The contract provides for configured systems, signal conditioning, data acquisition, multiplexing, recording and radio frequency telemetry functionality primarily used for flight and ground test. The contractor shall provide HSDAS commercial-off-the-shelf products and associated HSDAS services. Work will be performed at Nellis Air Force Base, Nevada, and is expected to be complete by March 2025. This award is the result of a sole source acquisition. Fiscal 2019 research and development funds in the amount of $58,967 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-19-D-A006). Intelligent Waves LLC, Reston, Virginia, has been awarded an $89,200,000 indefinite-quantity contract for crowd sourced data support services. This contract provides the 59th Test and Evaluation Squadron with crowd support data support services. The contractor shall provide flight test mission instrumentation modifications, improvements and operations for 53rd Wing test aircraft test instrumentation packages at Nellis Air Force Base, Nevada, and other operational flight-testing locations. The contractor shall evaluate, upgrade, modify and operate instrumentation systems before, during, and after test missions. This work may include design, integration, functional checkouts and mission data capture activities for each period of performance. Work will be performed at Nellis Air Force Base, Nevada; Yuma, Arizona; Patuxent River, Maryland; Norfolk, Virginia; Wright Patterson Air Force Base, Ohio; and Hill Air Force Base, Utah, and is expected to be completed by March 2025. This award is the result of a sole source acquisition. Fiscal 2019 research and development funds in the amount of $1,600,000 are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity (FA4861-19-D-A005). DynCorp International LLC, Fort Worth, Texas, has been awarded a $68,400,284 modification (P00033) to previously awarded contract FA4890-17-C-0005 for Air Force Central Command war reserve materiel. The contract modification provides for the exercise of Option Year Three period of performance for services being provided under the basic contract. The location of performance is Shaw Air Force Base, South Carolina; Kuwait; Oman; Qatar; and United Arab Emirates, and work is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $255,195,955. Fiscal 2020 operations and maintenance funds in the amount of $68,379,284 are being obligated at the time of award. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Hampton, Virginia, is the contracting activity. ASRC Communications Ltd., Beltsville, Maryland, has been awarded a $66,954,742 firm-fixe-price single contract modification (P00039) to previously awarded contract FA3002-16-C-0004 for acquisition of base operations support services. Work will be performed at Vance Air Force Base, Oklahoma, and is expected to be completed by Sept. 30, 2020. This award is the result of a competitive source acquisition and six offers were received. Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at the time of the award. The Air Force Installation Contracting Center, the 338th Specialized Contracting Squadron, Joint Base San Antonio, Texas, is the contracting activity. Reliance Test & Technology, Crestview, Florida, has been awarded a $49,032,036 modification (P00056) to previously awarded contract FA2486-16-C-0002 for Eglin Operation and Maintenance Support Service. This contract modification increases the value of cost-type contract line item numbers for Option Period One. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by March 31, 2020. The total cumulative face value of the contract to $1,266,287,845. Fiscal 2019 research and development funds in the amount of $6,200,000 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity. Crew Training International Inc., Memphis, Tennessee, has been awarded a $42,279,639 firm-fixed-price modification (P00009) to previously awarded contract FA4890-19-C-0003 for the MQ9 Aircrew Training and Courseware Development contract. The contract modification is for the exercise of option year one. Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $223,630,953. Fiscal 2020 operations and maintenance funds in the amount of $30,376,922 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a $17,518,309 cost-plus-fixed-fee contract modification for aircraft engineering, procurement and fabrication. Work will be performed in Greenville, Texas, and is expected to be completed by December 2022. This contract involves 100% foreign military sales. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $17,518,309 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-F-4802 P00006). SES Electrical LLC, Oak Ridge, Tennessee, has been awarded an $11,298,386 firm-fixed-price contract to repair main perimeter fence. As the result of Hurricane Michael, the contract is comprised of the removal and disposal of old damaged fence, removal and disposal of previously installed temporary fencing and replacement with new approved fencing materials at specific locations identified on Tyndall Air Force Base, Florida. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be completed by Sept. 30, 2020. This award is the result of a sole source 8(a) Alaska Native Corporation acquisition. Fiscal 2019 operations and maintenance funding in the amount of $11,298,386 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-19-C-A033). U.S. TRANSPORTATION COMMAND Twelve companies have been awarded task orders under the following International Charter Airlift Services in Support of the Civil Reserve Air Fleet contracts: HTC71118DCC37 -- Atlas Air Inc., Purchase, New York (HTC71120F1025, HTC71120F1026; $287,285,594); Federal Express, Memphis, Tennessee (HTC71120F1027; $38,903,491); Amerijet International, Fort Lauderdale, Florida (HTC71120F1041; $2,496,649); HTC71118DCC38 -- Miami Air International, Miami, Florida (HTC71120F1028; $7,084,737); Sun Country Airlines, Eagan, Minnesota (HTC71120F1029; $3,025,704); HTC71118DCC39 -- ABX Air, Wilmington, Ohio (HTC71120F1030; $9,394,053), Air Transport International Inc., Wilmington, Ohio (HTC71120F1031; $17,450,997); Kalitta Air LLC, Ypsilanti, Michigan (HTC71120F1032; $159,942,597); Omni Air International Inc., Tulsa, Oklahoma (HTC71120F1033; $77,654,435); United Parcel Service Co., Louisville, Kentucky (HTC71120F1034; $13,710,325); Western Global Airlines, Estero, Florida (HTC71120F1035; $17,812,110); and HTC71118DCC40 -- National Airlines, Orlando, Florida (HTC71120F1036; $12,464,771). The task orders provide international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The task order period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Type of appropriation is Fiscal 2020 transportation working capital funds. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Air Transport International, Wilmington, Ohio, has been awarded task order (HTC71120F1037) on contract HTC71118DCC16 in the estimated amount of $86,633,164. This contract provides global air charter transportation services utilizing part 121 aircraft configured to simultaneously transport both passengers and cargo. Services required include full planeload port to port airlift transportation services, commercial equivalent economy passenger services, 463L pallet cargo services, and mission coordination. Work will be performed globally. Task order period of performance is Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds were obligated at time of award. This task order will bring the total cumulative face value of the contract to $212,167,393 from $125,534,229. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Jacobs Technology Inc., Tampa, Florida, has been awarded a contract modification (P00029) on contract HTC71117CD001 obligating funds in the amount of $22,360,471. This modification provides continued information technology service management enterprise support to the U.S. Transportation Command. Work will be performed primarily on-site at Scott Air Force Base, Illinois, and other locations: Defense Information Systems Agency Defense Enterprise Computing Center, St. Louis, Missouri; U.S. TRANSCOM Office, Washington, District of Columbia; Joint Enabling Capabilities Command, Norfolk, Virginia; and the Pentagon. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds, operations; and operations and maintenance funds were obligated at award. This modification brings the total cumulative face value of the contract to $74,346,425 from $51,985,954. U.S. TRANSCOM, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. DEFENSE LOGISTICS AGENCY Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a maximum $109,252,327 requirements contract for supplies related to the support of the T56 family of aircraft engines. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one five-year option period. Location of performance is Indiana, with a Sept. 30, 2024, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-20-D-9400). Woodward Inc., Loves Park, Illinois, has been awarded a maximum $113,429,656 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviation turbine engine main fuel controls. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Illinois, with a Sept. 20, 2025, 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-0133). (Awarded Sept. 28, 2019) NAVY Progeny Systems,* Manassas, Virginia, was awarded a $25,689,916 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost only contract for the procurement of Navy systems engineering. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $98,044,894. Work will be performed in Middletown, Rhode Island (70%); and Manassas, Virginia (30%), and is expected to be completed by September 2021. If all options are exercised, work will continue through September 2027. Fiscal 2019 research, development test and evaluation (Navy) funding in the amount of $800,000 will be obligated at time of award. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity (N00024-19-C-6201). (Awarded Sept. 30, 2019) Systems Application and Technologies Inc.,* Oxnard, California, is awarded a $25,275,828 modification (P00016) to a previously awarded cost-plus-fixed-fee/cost contract (N68936-18-C-0046) to maintain and operate aerial and seaborne assets and associated equipment for the Pacific Targets and Marine Operations Division of the Naval Air Warfare Center, Weapons Division (NAWCWD), Point Mugu, California. Work will be performed at Naval Base Ventura County, California (85%); China Lake, California (6%); and Las Cruces, New Mexico (3%); Kauai, Hawaii (2%); Salt Lake City, Utah (2%); Lompoc, California (1%); and various locations outside the continental U.S. (1%), and is expected to be completed in September 2020. Major range and test facility base; and working capital (Navy) funds in the amount of $11,690,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The NAWCWD, Point Mugu, California, is the contracting activity. Life Cycle Engineering Inc., North Charleston, South Carolina, was awarded an $8,696,376 firm-fixed-price task order (N32253-19-F-3000) off of the SeaPort-e multiple-award contract N00178-07-D-4077 for the procurement of technical, engineering, management, programmatic, logistics, and education (TEMPLE) services at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. This procurement of TEMPLE services will provide advisory and assistance services to various departments (C135 Quality Assurance, C200 Engineering, C300 Operations, C710 Lifting and Handling, C900T Resource and Training, and C2300 Nuclear Engineering Planning Department) at the Pearl Harbor Naval Shipyard. This task order includes one option period which, if exercised, would bring the cumulative value of this task order to $17,563,077. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by September 2020. If the option period is exercised, work will continue through September 2021. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $8,696,376 was obligated at time of award and would have expired at the end of fiscal year 2019. This task order was competitively procured via SeaPort-e, with one offer received. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Sept. 28, 2019) CORRECTION: The Sept. 30, 2019, announcement of a $43,889,245 delivery order (N0002419F5637) under previously awarded contract N00024-15-D-5217 to Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, for 281 Technical Insertion Sixteen (TI-16) Common Display System Variant A water-cooled and air-cooled production consoles, included the incorrect completion month. The work is expected to be complete by September 2020. All other information in the announcement is correct. CORRECTION: The Sept. 30, 2019, announcement of an $8,004,622 modification (P00006) to a previously awarded contract (N00019-19-C-0004) to Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, included an incorrect work location. The correct location is Edwards Air Force Base, California. All other information in the announcement is correct. CORRECTION: The $67,371,583 contract awarded to EMCube Inc., Alexandria, Virginia (N00030-20-C-0009), to provide services for the U.S. and United Kingdom Trident II D5 Strategic Weapon System programs and the United Kingdom Dreadnought program, was incorrectly announced on Sept. 30, 2019. The contract is being awarded Oct. 1, 2019. All other information in the announcement is correct. DEFENSE HEALTH AGENCY Alutiiq Solutions LLC, Anchorage, Alaska, has been awarded a $11,910,439 firm-fixed-price contract, HT0014-19-C-0012. This contract provides support to the Defense Health Agency for continuation of information management and information technology services at the Walter Reed National Military Medical Center, the Fort Belvoir Community Hospital, and other joint medical facilities and components within the National Capital Region. The work includes, but is not limited to, project management, application and web development, clinical informatics, information assurance, help desk, data center and network operations, system architecture and engineering, and telecommunications support. Work will be performed in Maryland and Virginia, beginning Sept. 30, 2019, with an estimated completion date of March 29, 2020. The contract includes a six-month base period. Fiscal 2019 operations and maintenance funds in the amount of $11,910,439 are obligated on this award. This was an 8(a) direct award. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1976774/source/GovDelivery/

  • Swedish soldiers get a taste of future in NATO during Finland training
All news