Back to news

October 24, 2024 | International, C4ISR, Security

Cisco Issues Urgent Fix for ASA and FTD Software Vulnerability Under Active Attack

Cisco updates address critical security flaws in ASA and VPN services, urging users to act swiftly.

https://thehackernews.com/2024/10/cisco-issues-urgent-fix-for-asa-and-ftd.html

On the same subject

  • Contract Awards by US Department of Defense - December 12, 2019

    December 13, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 12, 2019

    NAVY Ameresco Select Inc., Framingham, Massachusetts, is awarded a firm-fixed-price task order (N39430-19-F-9901) at $402,833,556, under a multiple award indefinite-delivery/indefinite-quantity contract for energy conservation measures at Norfolk Naval Shipyard, Portsmouth, Virginia. The work to be performed provides for the construction, operations and maintenance of energy conservations to improve energy efficiency and reliability, which include steam distribution upgrades to decrease steam energy loss, energy security upgrades for energy related process improvements, replacement of transformers to improve equipment reliability and water treatment plant improvements to reduce operational and safety risks. Work will be performed at Norfolk Naval Shipyard, Portsmouth, Virginia, and is expected to be completed by January 2043. No funds will be obligated with this award as private financing obtained by the contractor, will be used for the 36-month construction (i.e. implementation) phase of the project. Two proposals were received for this task order. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity for the task order. Department of Energy, Office of Energy Efficiency & Renewable Energy, Golden, Colorado, is the contracting activity for the basic contract (DE-AM36-09GO29029). Lightforce USA Inc., doing business as Nightforce Optics,* Orofino, Idaho, is awarded a $53,735,930 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for Precision-Variable Power Scopes (P-VPS). This procurement is for the P-VPS Standard and the P-VPS Standard, Long Range. The P-VPS is a precision direct view optic with continuously variable magnification ranging from 3x to less than or equal to 7x and greater than or equal to 25x continuous zoom for U.S. Special Operations Command. Work will be performed in Orofino, Idaho, and is expected to be complete by December 2024. Fiscal 2020 defense procurement funding in the amount of $2,351,124 will be obligated at the time of award and will expire at the end of the current continuing resolution period. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-D-JQ57). Orion Construction Corp.,* Vista, California, is awarded a $32,363,000 firm-fixed-price contract for the construction of potable water distribution improvements at Marine Corps Base Camp Pendleton, California. The work to be performed provides for the construction of potable water supply pipelines to transport potable water from the 24 Area to the 20 Area potable water storage tanks on Marine Corps Base Camp Pendleton. This project provides necessary waterline valves, appurtenances and tie-ins to meet operational needs of the Southern Water System and meet applicable standards and codes. The contract also contains one unexercised deductive option, which, if exercised, would decrease cumulative contract value to $30,893,000. Work will be performed in Oceanside, California, and is expected to be completed by May 2022. Fiscal 2019 military construction, (Navy) contract funds in the amount of $32,363,000 are obligated on this award and the funds 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, Southwest, San Diego, California, is the contracting activity (N62473-20-C-0612). Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $30,429,224 indefinite-delivery/indefinite-quantity modification for the exercise of Option One to extend services for base operations support services at Naval Station Mayport, Marine Corps Support Facility, Blount Island, and outlying areas. The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment and environmental. After award of this option, the total cumulative contract value will be $61,139,761. Work will be performed in Jacksonville, Florida, Naval Station Mayport (62%); Blount Island (37%); and outlying areas (1%). This option period is from January 2020 to December 2020. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy) (O&M,N); fiscal 2020 operations and maintenance (Marine Corps); fiscal 2020 Navy working capital funds; and fiscal 2020 family housing O&M,N contract funds in the amount of $24,895,628 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800). VLJM LLC,* Fullerton, California, is awarded a maximum $25,000,000 indefinite-delivery/indefinite-quantity contract for paving construction alterations, renovations and repair projects at Naval Bases Ventura County, Port Hueneme, California. 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 road paving projects. Work will be performed in Port Hueneme (50%); and Point Mugu (50%), California. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance (Navy) (O&M,N) 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 O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-20-D-0014). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,055,674 modification (P00055) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification provides for the maintenance and operation of the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes sustainment support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom. Work will be performed in Eglin, Florida, and is expected to be completed in February 2021. Non-U.S. Department of Defense participant funds in the amount of $18,055,674 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. Northrop Grumman, Charlottesville, Virginia, is awarded a $16,055,006 indefinite-delivery/indefinite-quantity (IDIQ), cost-plus-fixed-fee and firm-fixed-price delivery order for engineering and technical services for the design, development, testing, integration and system support of the AN/BPS-16(V)5 radar system. The work will be performed in Charlottesville, Virginia, and is expected to be completed by December 2020. The IDIQ ordering vehicle includes options, which, if exercised, would bring the cumulative value of this contract to $83,253,974 and expire in December 2024. Fiscal 2013 shipbuilding and conversion (Navy) funding in the amount of $410,000 will be obligated at time of award and will expire on Aug. 30, 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $300,000 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 under the authority of 10 U.S Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(ii), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity (N00024-20-D-6203). Zero Waste Solutions Inc.,* Concord, California, is awarded a maximum $14,288,305 indefinite-delivery/indefinite-quantity firm-fixed-price contract for integrated solid waste management services at various Navy and Marine Corps installations within the San Diego metropolitan area, as well as three outlying naval training installations in the San Diego County area. The work to be performed provides for labor, supervision, management and materials (except those specified as government furnished), to perform various integrated solid waste management service functions as follows: refuse and recycling collection and disposal services. Initial task order is being awarded at $371,768 for integrated solid waste management services at Naval Base San Diego (45%); Marine Corps Air Station Miramar (24.2%); Naval Base Point Loma (23.7%); Marine Corps Recruit Depot (5.8%); Camp Michael Monsoor (0.6%); Remote Survival, Evasion, Resistance and Escape Camp Warner Springs (0.4%); and Camp Morena, California (0.3%). Work for this task order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of December 2024. Fiscal 2020 operations and maintenance, Navy (O&M,N); operations and maintenance, Defense Health Program (O&M, DHP); and Navy working capital (NWC) contract funds in the amount of $371,768 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N; O&M, DHP; and NWC contract funds. This contract was competitively procured via the Federal Business Opportunities website with four proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0015). DMR Consulting Inc.,* Panama City Beach, Florida, is awarded an $8,991,202 firm-fixed-price modification to previously awarded contract N61331-19-D-0002 to exercise the option for the depot level repair, overhaul and modification for the MK-105 Magnetic Minesweeping Gear. This option exercise is for depot level repair and maintenance of the MK105 Magnetic Minesweeping Gear. The MK105 Magnetic Influence Minesweeping System, better known as the "sled," is a high-speed catamaran hydrofoil platform, which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. Work will be performed in Panama City, Florida, and is expected to be completed by December 2020. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. ARMY HDR Architecture Inc., Seattle, Washington, was awarded a $25,000,000 firm-fixed-price contract for architectural and engineering. One bid was solicited with five bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-20-D-0001). Weeks Marine Inc., Covington, Louisiana, was awarded a $13,071,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Recovery Act; civil works and operation and maintenance funds in the amount of $13,071,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0007). AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $12,011,819 firm-fixed-price contract modification (P00047) to previously-awarded contract FA8625-16-C-6599 for the incorporation of two engine Airworthiness Directives (ADs) and 29 engine service bulletins (SBs) on the program's eight Genx-2B engines. This contract modification will allow for VC-25B operational benefits and cost efficiencies with the work being performed concurrently with the VC-25B-specific modifications to the program's 747-8 aircraft engines under the engineering and manufacturing development activity. This contract modification will allow for the avoidance of increased costs and operational capability interruptions to the presidential aircraft by allowing for the incorporation of the ADs and SBs prior to final delivery of the VC-25B aircraft. Work will be performed at San Antonio, Texas; and Peebles, Ohio, and is expected to be completed by November 2021. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $7,831,032 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2039244/source/GovDelivery/

  • UK - The defence equipment plan 2018

    November 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    UK - The defence equipment plan 2018

    The seventh annual summary for MOD's plans to deliver and support the equipment our armed forces need to do the jobs we ask of them. https://www.gov.uk/government/publications/the-defence-equipment-plan-2018

  • Contract Awards by US Department of Defense - June 19, 2019

    June 20, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 19, 2019

    MISSILE DEFENSE AGENCY DTechLogic LLC, a joint venture** Huntsville, Alabama, is being awarded a competitive cost-plus-award-fee, cost-plus-fixed-fee, and cost-reimbursable contract. The total value of this contract is $255,909,986. The contractor will provide the infrastructure and cybersecurity engineering necessary to support ballistic missile defense system (BMDS) hardware-in-the-loop (HWIL) and related ground testing in a continuous integration/continuous agile testing (CI/CAT) environment. The work will be performed in Huntsville, Alabama. The performance period is from June 2019 through June 2024. This award is the result of a competitively awarded acquisition in which four offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $100,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-19-C-0012). AIR FORCE ArmorWorks Enterprises, Chandler, Arizona, has been awarded a $206,073,316 firm-fixed-price contract for delivery of payload transporters. This contract provides for replacement of aging payload transporters. Work will be performed in Chandler, Arizona, and is expected to be complete by July 30, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 procurement funds in the amount of $31,322,624 are being obligated at the time of award. The Intercontinental Ballistic Missile Contracting Division, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-C-0005). DEFENSE HEALTH AGENCY Dell Federal Systems, Round Rock, Texas, was awarded a firm fixed order for $82,895,710 (Base-plus-2) and FAR 52.217-8 six months extension in the estimated amount of $13,815,951 with an estimated total of $96,711,662, using fiscal 19 O&M funds (HT0015-19-F-0087). This is an enterprise-level blanket purchase agreement (BPA) call for Microsoft software and support against the Enterprise Software Initiative (ESI) BPA for Microsoft. This procurement is to renew Microsoft licenses for 72 customers within Defense Health Agency (DHA), Air Force, Army, and Navy. These licenses are required for products including VISIO Professional, Windows Server Standard, Project Standard, and SQL Server Enterprise. The requirement was competitively solicited among all awardees under the ESI multi-award BPA for Microsoft, and the proposals were evaluated on the lowest-price-technically-acceptable (LPTA) basis. The amount of $27,631,903 for the base year is obligated at the time of the award. The DHA Health Information Technology Contracting Division (HIT-CD), located in San Antonio, Texas, is the contracting activity (HT0015). (Awarded June 10, 2019) NAVY Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $76,670,049 cost-plus-incentive-fee, cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5103 to exercise options for AEGIS development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. This option exercise is for continued technical engineering, configuration management, associated equipment/supplies, quality assurance, information assurance and other operation and maintenance efforts required for the AEGIS development and test sites. This option exercise also provides for the continuing site maintenance and planned improvements of the sites for AEGIS Combat System and Aegis Weapon System upgrades to CG-47 and DDG-51 class ships through the completion of Advanced Capability Build 20 and Technology Insertion 16, in addition to AEGIS Ballistic Missile Defense and FMS requirements. This contract modification combines purchases for the U.S. Navy (34.7%), Missile Defense Agency (MDA) (22.7%) and the governments of Japan (34.4%), Australia (4.7%), South Korea (2.1%), and Norway (1.4%) under the foreign military sales program. Work will be performed in Moorestown, New Jersey, and is expected to be complete by June 2020. Foreign military sales (Japan, Australia, South Korea, Norway); fiscal 2014 shipbuilding and conversion (Navy); fiscal 2019 research, development, test and evaluation (MDA); fiscal 2019 operation and maintenance (MDA); fiscal 2019 operation and maintenance (Navy); fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $29,746,093 will be obligated at time of award, and funding in the amount of $4,617,194 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $12,584,840 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide cybersecurity and security engineering-related services to the Department of Defense, National Guard Bureau and Department of Homeland Security. This two-year contract includes one, three-year option period which, if exercised, would bring the potential value of this contract to an estimated $31,832,280. Work will be performed in Marlton, New Jersey (25%) and in Philadelphia, Pennsylvania (75%), and work is expected to be completed June 18, 2021. If the option is exercised, work will continue through June 18, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy and Army); other procurement (Navy); research and development (Air Force); research, development, test and evaluation (Navy), and acquisition, contracts and improvements (Coast Guard). This contract was competitively procured via Request for Proposal N66001-17-R-0066 and publication on the Federal Business Opportunities website and NAVWAR e-Commerce Central website. Nine offers were received, and one was selected for award. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0076). Ultralife Corp., Newark, New York, is awarded a $9,985,687 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures Universal Vehicle Adapter radio battery chargers, MRC-UVA-V1, in support of the Family of Special Operations Vehicles Ground Mobility Vehicle and Mine Resistant Ambush Protected platforms. Work will be performed in Newark, New York, and is expected to be completed in June 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a limited competition in accordance with Federal Acquisition Regulation 3.02-1(c) via an electronic request for proposal posted to the Federal Business Opportunities website, with one offer received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0132). ARMY B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $67,147,000 firm-fixed-price contract for a general purpose warehouse at Red River Army Depot, Texas. Bids were solicited via the internet with four received. Work will be performed in Texarkana, Texas, with an estimated completion date of Jan. 22, 2023. Fiscal 2018 and 2019 military construction and operations and maintenance Army funds in the combined amount of $67,147,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0029). General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $20,576,456 cost-plus-fixed-fee contract for system engineering and program management support for the Warfighter Information Network-Tactical Increment 2 systems and equipment. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Feb. 13, 2020. Fiscal 2019 other procurement, Army funds in the amount of $17,582,214 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-10-D-C007). Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $14,991,526 modification (P00005) to foreign military sales (Saudi Arabia) contract W58RGZ-17-C-0009 to procure the Post Green DD250 aircraft support, storage and maintenance for UH-60M aircraft for the Saudi Arabian Ministry of the National Guard. Work will be performed in Stratford, Connecticut, with an estimated completion date of April 30, 2022. Fiscal 2019 foreign military sales funds in the amount of $14,991,526 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Pine Bluff Sand and Gravel Co., White Hall, Arkansas, was awarded a $9,925,269 modification (P00009) to contract W912EQ-16-C-0008 for the rental of the dustpan hydraulic pipeline dredge for up to six month to perform maintenance dredging within the Mississippi River and tributaries to authorized channel dimensions. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Dec. 23, 2019. Fiscal 2019 Mississippi River and tributaries civil funds in the amount of $9,925,269 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. DEFENSE LOGISTICS AGENCY Pama Inc.,* Elgin, Illinois, has been awarded a maximum $7,102,814 firm-fixed-price contract for horizontal boring mills. This is a one-year contract with no option periods. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Illinois and Italy, with an Oct. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-19-C-0002). *Small business **Woman Owned Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1881299/source/GovDelivery/

All news