Back to news

May 23, 2019 | International, Other Defence

DoD Awards Contract To Break Its Security Clearance Logjam

By

Can artificial intelligence, machine learning, and agile development help clear the massive backlog?

WASHINGTON: The Pentagon hopes that a newly announced $75 million, 24-month contract will clear up its chronically backlogged security clearance system. The plan: develop prototype software that uses artificial intelligence to analyze routine data instead of humans running laborious background checks, freeing investigators to concentrate on the genuinely critical cases.

How big is the mess? Hundreds of thousands of would-be federal employees and defense contractors wait an average of 221 days for a Secret clearance and 534 days for a Top Secret clearance, according to the National Background Investigations Bureau.

The clearance backlog makes a day in line at the DMV look fast. It's a problem that costs the government millions of dollars and, in many ways, wastes the talent of countless individuals who give up and seek employment elsewhere.

“The bottom line is we need to get cleared people to work in their job faster; we're not doing that job well,” said Terry Carpenter, the Program Executive Officer for the National Background Investigation Service, part of the Defense Information Systems Agency (DISA). “Whether you're in an agency, the federal government, or an industry partner .... we need to make sure those companies and agencies can get those people to work because they have their clearance.”

The DoD's Defense Security Service (DSS), which runs the clearance process, and DISA, which runs much of the military's networks, jointly awarded the contract to Perspecta Enterprise Solutions of Herndon, VA, using the Other Transaction Authority process to bypass much of the traditional acquisition bureaucracy. Perspecta was formed in 2018 through the merger of the public sector business of DXC Technology, Vencore, and KeyPoint Government Solutions.

Over the next 24 months, Perspecta will create a prototype “architecture” that can be scaled up to a full-sized security-check system, with two main features:

  • Data ingestion and analytics using techniques like machine learning and natural language processing, which are both subsets of artificial intelligence; and
  • A “software factory” to develop new vetting capabilities as needed. This will employ a software methodology called DevSecOps (Development-Security-Operations) that quickly delivers functionality that is then constantly improved through user feedback, while injecting security into all interactive phases of development, so usable software is delivered in weeks instead of months or years. Software development will be guided by a framework known as SAFe, which is an online knowledge base made available by an organization called Scaled Agile. The “factory” will continually develop, test, secure, and deploy new software in a government-run cloud, using what's called continuous authority to operate so its products can be used immediately, without a laborious certification process.

The new architecture is being designed to transform three mission areas in the clearance process: initiation, investigation, and adjudication.

Explained Carpenter: “There are several activities around the initiation part. [For example], you're a new employee coming in or a transfer coming in from a different agency. The initiation process engages with the subject and collects their information in a standard form that feeds the process. Then there's the investigation process. Under the old process, a full investigative package was prepared, which took a lot of time and labor. That was handed over for adjudication to an appropriate business function with the credentials to do the adjudication, and they would make the decision on that clearance.

“What we are looking at today is continuous vetting as a way to use data to minimize the amount of labor force that has to knock on doors to get information. The more we can get done with data, the more effective we are at delivering the capability of a clearance, the more confidence we have in it, and the less it costs.”

Data analytics will also facilitate continuous vetting throughout the work life of cleared individuals to address possible insider threats.

“With this data-driven model, we can get into a continuous evaluation model rather than the current model, which is periodic investigation that looks at somebody every 5 or 10 years,” said Patricia Stokes, director, Defense Vetting Service, DSS. “We can utilize technology available today to initiate processes and capabilities to (gather) information on a real-time basis (to determine) your need for access and your risk.”

https://breakingdefense.com/2019/05/dod-awards-contract-to-break-its-security-clearance-logjam

On the same subject

  • Contract Awards by US Department of Defense - August 8, 2019

    August 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 8, 2019

    AIR FORCE Atlantic Diving Supply Inc., Virginia Beach, Virginia (FA8606-19-D-0029); Nightline Inc., Mountain City, Tennessee (FA8606-19-D-0036); Tactical & Survival Specialties Inc., Harrisonburg, Virginia (FA8606-19-D-0039); Federal Resources, Stevensville, Maryland (FA8606-19-D-0032); Sera Star LLC, Carrollton, Texas (FA8606-19-D-0038); Hurricane Aerospace Solutions, Pompano Beach, Florida (FA8606-19-D-0033); Baker and Associates Inc., Centerville, Ohio (FA8606-19-D-0030); Mountain Horse Solutions, Colorado Springs, Colorado (FA8606-19-D-0035); Rapid Response Defense Systems Inc., Irvine, California (FA8606-19-D-0037); Capewell Aerial Systems LLC, Meadows of Dan, Virginia (FA8606-19-D-0031); and Life Support International Inc., Langhorne, Pennsylvania (FA8606-19-D-0034), have been awarded a contract with a ceiling of $950,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for commercial aircrew items. This contract is a commercial item contract vehicle, designed to rapidly equip aircrew with non-stock listed, commercial items including: uniforms, cold weather clothing systems, visual augmentation equipment, personal protective equipment, helmets, body armor, tactical carriers, individual equipment, lighting, survival equipment, air crew support equipment, communication equipment, tactical equipment, load bearing equipment, lethality support items, boots, gloves, eye protection, egress equipment, aerial insertion equipment, search & rescue equipment, personnel recovery equipment, medical equipment, power management, hydration, electronics test equipment, ancillary services and testing. Work will be performed, as indicated, by contractor in the list above and is expected to be completed by Aug. 8, 2029. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2018 and other procurement funds in the amount of $11,000 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. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $369,000,000 ceiling increase modification (P00013) to previously awarded contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems. This increase is to support range instrumentation sustainment and obsolescence management requirements. Work will be completed at the program's 28 worldwide participating ranges and is expected to be completed by Dec. 31, 2020. Fiscal 2019 operational and maintenance funds will be used, and no funds are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity. ARMY JE Dunn, Kansas City, Missouri, was awarded a $295,974,160 firm-fixed-price contract for design-build construction to replace the hospital at Fort Leonard Wood, Missouri. Bids were solicited via the internet with four received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Oct. 31, 2023. Fiscal 2018 military construction funds in the amount of $79,235,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4011). HydroGeoLogic Inc.,* Reston, Virginia, was awarded a $95,000,000 cost-plus-fixed-fee contract for hazardous, toxic and radioactive waste remediation activities at the Formerly Utilized Sites Remedial Action Program St. Louis sites. 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 Feb. 7, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-D-0011). Massman Construction, Leawood, Kansas, was awarded an $8,414,000 firm-fixed-price contract for lock and dam gate anchorage. Bids were solicited via the internet with five received. Work will be performed in Clarksville, Missouri, with an estimated completion date of Aug. 7, 2020. Fiscal 2010 civil operations and maintenance funds in the amount of $8,414,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-19-C-0009). U.S. TRANSPORTATION COMMAND Columbia Helicopters Inc. Aurora, Oregon, has been awarded an option year modification to contract HTC711-17-D-R018 in the estimated amount of $224,394,412. This modification, P00008, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $670,327,669 from an estimated $445,933,257. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. CHI Aviation Inc., Howell, Michigan, has been awarded an option year modification to contract HTC711-17-D-R017 in the estimated amount of $149,819,159. This modification, P00009, provides rotary wing airlift support within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $460,456,492 from an estimated $310,637,333. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. Berry Aviation Inc., San Marcos, Texas, has been awarded option year modification to contract HTC711-16-D-R021 in an estimated amount of $29,848,000. This modification, P00006, provides fixed wing passenger, cargo, combined passenger and cargo, aeromedical evacuation, and short take-off and landing air transportation services within the U.S. Central Command Area of Responsibility, configured to simultaneously transport passengers and cargo. Work will be performed in Afghanistan. The option period of performance is Sept. 1, 2019, to Aug. 31, 2020. Type of appropriation is 2019 operations and maintenance funds. The modification brings the total cumulative face value of the contract to an estimated $117,746,500 from an estimated $87,898,500. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. NAVY J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $108,987,777 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract to provide engineering and technical services in support of the Integrated Battlespace Simulation and Test Department, Naval Air Warfare Center, Aircraft Division 5.4.3 Simulation Division laboratories. These laboratories support activities that include research and development of requirements for aviation systems, supporting system development, providing developmental and operational flight test support, and providing life-cycle operational support to include system enhancement, procedure refinement and accident investigations. Work will be performed in Patuxent River, Maryland, (78%); and Lexington Park, Maryland (22%), and is expected to be completed in August 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 competitively procured via an electronic request for proposal as a small business set-aside; one offer was received. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0074). ZITEC Inc.,** Niceville, Florida, is awarded a $25,110,110 fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides up to 672 alternate mission equipment mobility ready storage systems; two first article units, and 670 production systems for the Navy and Marine Corps. Work will be performed in Niceville, Florida, and is expected to be completed in August 2025. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $71,969 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a Service-Disabled Veteran-Owned Small Business set-aside; three offers were received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0242). APTIM Federal Services LLC, Alexandria, Virginia, is awarded $15,248,090 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N39430-15-D-1632) to clean, inspect, repair and inspect repairs to mined-in-place military petroleum storage tanks (Red Hill Tanks 4 and 13). After award of this modification, the total cumulative contract value will be $30,112,525. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by December 2021. Fiscal 2016 working capital funds (Navy) in the amount of $15,248,090 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. AECOM Technical Services Inc., Los Angeles, California, is awarded $14,749,825 for cost-plus-award-fee modification to task order N62742-18-F-0126 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-17-D-1800) for investigation and remediation of releases, and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii, and is expected to be completed by January 2021. Working capital funds (Defense) in the amount of $14,749,825 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. DEFENSE LOGISTICS AGENCY North American Rescue LLC, Greer, South Carolina, has been awarded a maximum $41,742,284 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a one-year base contract with nine one-year option periods. To date, this is the 13th contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is South Carolina, with an Aug. 10, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0005). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $24,946,260 modification (P00008) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for the ownership, operation and maintenance of the electric utility systems at Fort Jackson, South Carolina. This is a fixed‐price with economic‐price‐adjustment contract. Locations of performance are South Carolina and Virginia, with a May 1, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency, Energy, Fort Jackson, South Carolina. Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-19-D-7519; $15,881,084); Constellation New Energy-Gas Division LLC, Louisville, Kentucky (SPE604-19-D-7520; $10,742,319); and CenterPoint Energy Services Inc., Houston, Texas (SPE604-19-D-7521; $10,738,786), have each been awarded a fixed‐price with economic‐price-adjustment requirements contract under solicitation SPE604-19-R-0405 for pipeline quality direct supply natural gas. This was a competitive acquisition with seven offers received. They are two-year base contracts with a six‐month option period. Locations of performance are Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, Ohio, and New York, with a Sept. 30, 2021, performance completion date. Using customers are Army, Navy, Air Force, and federal civilian agencies. No money is obligated at the time of award; however, customers are solely responsible to fund these requirements contracts. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1929800/source/GovDelivery/

  • 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/

  • THALESRAYTHEONSYSTEMS ET LEONARDO RENFORCENT LEUR COOPÉRATION SUR LES ACTIVITÉS DU SYSTÈME DE CONTRÔLE ET COMMANDEMENT AÉRIEN (ACCS) DE L’OTAN

    September 11, 2019 | International, Aerospace

    THALESRAYTHEONSYSTEMS ET LEONARDO RENFORCENT LEUR COOPÉRATION SUR LES ACTIVITÉS DU SYSTÈME DE CONTRÔLE ET COMMANDEMENT AÉRIEN (ACCS) DE L’OTAN

    MASSY, 10 septembre 2019 - ThalesRaytheonSystems et Leonardo renforcent leur coopération sur l'ensemble du périmètre ACCS. Cette coopération portera sur le soutien du système sur site, le déploiement de l'ACCS sur de nouveaux sites et les rétrofits de sites actuels. Elle permettra aussi de faire bénéficier l'ACCS de plusieurs innovations développées par Leonardo dans le domaine des C2, des communications, des traitements radar et de la défense antimissile balistique. Via cet accord, ThalesRaytheonSystems, Leonardo et leurs partenaires proposeront à l'OTAN et aux opérateurs des Nations membres le meilleur des technologies disponibles sur le marché. Ces nouvelles coopérations vont permettre de gérer de façon plus dynamique et innovante les évolutions d'ACCS. L'ACCS est opérationnel en Italie depuis mars 2015 et le système est en cours de transition dans 10 pays de l'OTAN. La composante anti-missile est opérationnelle depuis 2012 et la composante déployable de l'OTAN est utilisée depuis 2015 dans un certain nombre de pays de l'Alliance. Le système de contrôle et commandement aérien aide les nations membres des pays de l'Alliance à renforcer la souveraineté de leurs territoires, la protection de leurs populations et de leurs forces armées contre toute menace aérienne, y compris les missiles balistiques. Pour les aider à assurer cette mission, ThalesRaytheonSystems développe ACCS, un système unique de commandement et de contrôle aérien unifié et interopérable qui permettra aux pays membres de gérer tous types d'opérations aériennes, tant au-dessus du territoire des pays européens de l'OTAN que lors de déploiements extérieurs. Une fois pleinement déployé, l'ACCS de l'OTAN couvrira 10 millions de km² d'espace aérien. Depuis le début du programme ACCS, plus de 40 entreprises de 15 Nations de l'OTAN ont participé au projet. Leonardo est un partenaire historique fournissant le composant essentiel de fusion des données de plus de 50 types de radars appartenant aux pays membres de l'OTAN. « ThalesRaytheonSystems souhaite renforcer les apports technologiques sur l'ACCS afin de proposer à l'OTAN les dernières innovations de ses partenaires industriels. » Thierry Weulersse, Président-directeur général de ThalesRaytheonSystems « Avant l'ACCS, chaque pays disposait de son propre système. Les membres de l'Alliance bénéficieront bientôt de capacités unifiées qui constituent une véritable révolution en matière d'opérations aériennes. ThalesRaytheonSystems continue d'investir avec ses partenaires pour soutenir l'OTAN dans ses actions et sa transformation. » Thomas Got, Directeur général des activités opérations aériennes et systèmes d'armes de Thales. « L'évolution prévue par ce protocole d'accord est une nouvelle reconnaissance des capacités que Leonardo peut offrir à l'OTAN dans le cadre de l'évolution de l'ACCS vers la défense antimissile aérienne intégrée », a déclaré Manlio Cuccaro, Directeur général adjoint de l'électronique de défense terrestre et navale Italie chez Leonardo. « Leonardo a joué un rôle clé au cours des deux dernières décennies dans la définition et le développement du projet ACCS et nous sommes impatients de renforcer de plus en plus cette relation avec TRS ». https://www.thalesgroup.com/fr/group/press-release/thalesraytheonsystems-et-leonardo-renforcent-leur-cooperation-activites-du

All news