Back to news

May 8, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

Contract Awards by US Department of Defense - May 7, 2019

NAVY

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $84,925,824 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 for AEGIS combat system engineering, architecture, development, integration and test; Naval Integrated Fire Control-Counter Air integration and test; and training, studies and computer program maintenance. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2019. Fiscal 2014 and 2017 shipbuilding and conversion (Navy); fiscal 2018 and 2019 research, development, test, and evaluation (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $58,414,159 will be obligated at the time of award and funding in the amount of $4,217,275 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

G2 Software Systems Inc.,* San Diego, California, is awarded a $83,493,639 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. Fiscal 2019 working capital (Navy) funds in a guaranteed amount of $10,000 will be obligated at the time of award and will not expire by the end of the current fiscal year. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0059).

Geocent,* Metairie, Louisiana, is awarded a $83,338,808 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0060).

Forward Slope Inc.,* San Diego, California, is awarded a $76,903,173 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0058).

Advanced Sciences and Technologies LLC (AS&T),* Berlin, New Jersey, is awarded a $68,106,416 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a Request for Proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0056).

Solute Inc.,* San Diego, California, is awarded a $55,891,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0061).

United Technologies Corp., Pratt & Whitney Engines, East Hartford, Connecticut, is awarded $55,675,476 for modification P00005 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1021). This modification provides additional funding for F135 long lead items to support the production delivery schedule, exercises an option for additional initial spare parts, and provides program administrative labor for the global spares pool in support the Navy; Air Force, and Marine Corps, non-U. S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in April 2022. Fiscal 2019 aircraft procurement (Navy, Air Force, and Marine Corps); non-U.S. DoD participant and FMS funds in the amount of $55,675,476 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This effort combines purchases for the Navy ($4,161,749; 7.5 percent); Air Force ($3,116,792; 5.6 percent); Marine Corps ($556,570; 1.0 percent); non-U.S. DoD participants ($24,899,106; 44.7 percent); and FMS Customers ($22,941,259; 41.2 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Data Intelligence LLC,* Marlton, New Jersey, is awarded a $48,103,672 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide command and control (C2) technologies and capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, and implementation and support of C2 net-centric military operations. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes four two-year options which, if exercised, would bring the overall, cumulative value of this contract to an estimated $93,030,165. All work will be performed in San Diego, California, and is expected to be completed May 6, 2021. If the options are exercised, the period of performance would extend through May 6, 2029. A guarantee of $10,000 using fiscal 2019 working capital (Navy) funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy), shipbuilding construction (Navy); and working capital fund (Navy). This contract was competitively procured via a request for proposal (N66001-18-R-0002) and publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Fourteen offers were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0057).

Black Construction/MACE International JV, Harmon, Guam, is awarded a $29,877,000 firm-fixed-price contract for the construction of a three-megawatt photovoltaic electrical generation system at Naval Support Facility (NSF) Diego Garcia. The work to be performed provides for the construction (design-bid-build) of a three-megawatt photovoltaic electrical generation system and the supporting electrical distribution system upgrades required to interconnect the photovoltaic array with the existing NSF Diego Garcia. The project will also include site preparation, fencing, perimeter lighting and a ground cover system. Work will be performed in Diego Garcia, British Indian Ocean Territories and is expected to be completed by June 2021. Fiscal 2015 military construction (Department of Defense) contract funds in the amount of $29,877,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one proposal received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1324).

Nathan Kunes Inc.,* San Diego, California, is awarded a $13,681,778 indefinite-delivery/indefinite-quantity cost-plus-fixed-fee contract for development, implementation and testing of computer network defense measures; development of wireless computing security, cross-domain solutions, and vulnerability assessments; and system and security engineering to evaluate commercial information assurance products. This two-year contract includes one three-year option which, if exercised, would bring the cumulative value of this contract to an estimated $35,236,186. All work will be performed in San Diego, California. The period of performance of the base award is from May 7, 2019, through May 6, 2021. If the option is exercised, the period of performance would extend through May 6, 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); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via request for proposal N66001-18-R-0351 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Two 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-0089).

BAE Systems, Information and Electronics Systems Integration Inc., Hudson, New Hampshire, is awarded $10,853,462 for cost-plus-fixed-fee delivery order N0001919F0019 against a previously issued basic ordering agreement (N00019-16-G-0021) for the upgrade of the Advanced Precision Kill Weapon System (APKWS) guidance section. This delivery order provides for non-recurring tasks to combine the Rotary Wing APKWS II and the Fixed Wing APKWS II Guidance Sections into one hardware and software solution. Work will be performed in Hudson, New Hampshire (93 percent); and Austin, Texas (7 percent), and is expected to be completed in April 2021. Fiscal 2018 and 2019 procurement of ammunition (Navy and Marine Corps) funds in the amount of $10,853,462 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.

DEFENSE LOGISTICS AGENCY

San Antonio Lighthouse for the Blind,** San Antonio, Texas, has been awarded a maximum $11,295,446 modification (P000013) exercising the second one-year option period of a one-year base contract (SPE1C1-17-D-B024) with two one-year option periods for flame resistant, operational camouflage pattern, intermediate weather outer layer trousers. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Location of performance is Texas, with an Oct. 31, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Federal Contracts Corp., Tampa, Florida (SPE8EC-19-D-0040), has been added as an awardee to the multiple-award contract supplying felling trailers for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017.


*Small business
**Mandatory source

https://dod.defense.gov/News/Contracts/Contract-View/Article/1840893/source/GovDelivery/

On the same subject

  • CISA Updates Toolkit with Seven New Resources to Promote Public Safety Communications and Cyber Resiliency | CISA
  • The Security Clearance Process Is About to Get Its Biggest Overhaul in 50 Years

    March 1, 2019 | International, Security, Other Defence

    The Security Clearance Process Is About to Get Its Biggest Overhaul in 50 Years

    By AARON BOYD The federal intelligence and human resources communities are preparing a coming out party for the first major update to the security clearance process in some 50 years. For the last year, the Suitability and Security Clearance Performance Accountability Council has been working on the Trusted Workforce 2.0 framework, the start of a wide-ranging effort to overhaul how background investigations are conducted. Representatives from the intelligence community, Defense Department, Office of Personnel Management, and Office of Management and Budget are leading PAC's efforts. Over the next two weeks, the team plans to debut the finalized framework to the White House and Congress and offered a group of reporters a first look at what's to come. This is the first time ever that the legislative and executive branches are on the same page with regard to clearance reform, according to Bill Evanina, director of the National Counterintelligence and Security Center, who is leading the framework effort along with OPM Deputy Director Michael Rigas. The two agencies, along with members of the Defense Department, have been working to reduce the crushing backlog of security investigations, which topped 725,000 in early 2018. That backlog has since been reduced to 551,000 as of Monday. But that number is 100 percent above what security professionals consider to be the baseline “steady state” of 220,000 to 250,000 investigations in process at any given time. Key to continuing to decrease the backlog and get the average clearance timeline down below 80 days is a major process overhaul, Evanina and Rigas said. “We realized this is a really big elephant, so we have to take some small bites,” beginning with reducing the backlog, Evanina said. From there, beginning mid-summer, they began to look at the “blue sky perspective,” as Evanina put it: the high-level view of structural, procedural changes that needed to take place. Discussions focused on removing “friction” from the process, said Matt Eanes, director of the PAC program management office, whether by removing the need to vet minor things or allowing investigators to use digital methods. Full article: https://www.nextgov.com/cio-briefing/2019/02/security-clearance-process-about-get-its-biggest-overhaul-50-years/155229/

  • A la recherche de l'IA hybride

    April 3, 2020 | International, Aerospace

    A la recherche de l'IA hybride

    Vice-président recherche, technologie, innovation du groupe Thales, David Sadek intervenait jeudi 24 octobre à Toulouse au Forum Innovation IA, un événement organisé par Sciences et Avenir pour le groupe Challenges. Explicabilité, validité, intégrité... " Pour une IA de confiance " : c'était l'intitulé de l'intervention de David Sadek, le vice-président recherche, technologie, innovation du groupe Thales. "Nous aimerions tous pouvoir toujours faire confiance à tous nos outils technologiques. Mais en réalité tout dépend du contexte. Dans le cas des outils reposant sur l'IA, si Netflix me recommande un film que je trouve détestable, ce n'est pas bien grave, on s'en remettra. Mais dans le cas des systèmes critiques tels que l'on en conçoit régulièrement chez Thales pour des applications défense, espace et aéronautique, la question de la confiance est primordiale". David Sadek énonce trois impératifs, qui sont autant d'axes stratégiques de la feuille de route IA chez Thales, pour aller vers cette " IA de confiance ". Pour qu'une application de l'IA soi digne de confiance, il faut d'abord qu'elle soit capable d'expliquer. Si elle se contente de proposer ou décider sans être capable de dire pourquoi et comment elle est arrivée à cette proposition ou décision, la défiance s'installera. Elle doit donc être capable de répondre à la question : " Pourquoi ? ". "Si par exemple un copilote IA recommande au pilote humain de virer à 45°, et que ce dernier demande " pourquoi ", le copilote doit pouvoir répondre par exemple : " parce qu'il y a un problème météo (ou une menace ...) droit devant ". Il ne s'agit pas de simplement tracer la décision, de pouvoir indiquer à ses concepteurs quels neurones, quelles couches de neurones, ont fait pencher la balance dans un sens ou un autre, mais bien d'expliquer dans une langue compréhensible immédiatement par le pilote". Ce qui indique qu'à l'aspect intelligence artificielle s'ajoute celui de " l'interaction homme-machine ". IA connexionniste et IA symbolique Cela implique, en restant sur cet exemple, une capacité de compréhension et de génération du langage naturel. Mieux, le pilote appréciera de pouvoir dialoguer dans un langage mixte, reposant sur l'oral et le geste (pour désigner un point sur une carte, etc.). Deuxième impératif selon David Sadek : il faut pouvoir démontrer la validité d'une application de l'IA. C'est-à-dire sa conformité aux spécifications. "Le système développé doit faire tout ce l'on attend de lui et rien que ce que l'on attend de lui. Ce qui suppose que l'on sache spécifier très proprement". On connait l'exemple d'un jeu de bataille navale, un " serious game " destiné à former des officiers de la marine, qui gagnait à tous les coups, parce qu'il sacrifiait systématiquement chaque vaisseau touché, pour ne pas ralentir la flotte. Aucune règle ne prévoyait, n'interdisait ce cas de figure, passablement inacceptable. Troisième impératif pour une " IA de confiance ", selon David Sadek, la responsabilité des systèmes reposant sur l'IA. C'est-à-dire leur conformité aux cadres légaux, réglementaires et moraux. On connait le tendon d'Achille des réseaux de neurones : ce sont des boîtes noires, on voit ce qui entre et ce qui sort, mais on ne sait pas (trop) ce qu'il se passe à l'intérieur. C'est pourquoi David Sadek insiste sur le fait qu'il faut s'intéresser aussi à " l'autre IA ", l'IA symbolique, celle qui repose sur des règles et des raisonnements et qui s'oppose à l'IA connexionniste des réseaux de neurones. Cette IA symbolique, qui fait moins les gros titres, qui n'a pas connu les progrès fulgurants de l'IA des réseaux de neurones, est plus à même de répondre à ces trois exigences : expliquer, valider, responsabilité. C'est pourquoi la réponse à cette triple exigence passe sans doute, entre autres, par " l'IA hybride ", une IA tirant parti de ces deux branches de l'intelligence artificielle. Par Pierre Vandeginste https://www.sciencesetavenir.fr/high-tech/intelligence-artificielle/ia-pvdg_138526

All news