Back to news

July 3, 2018 | International, C4ISR

Does DoD know how to supply intel for cyber ops?

By:

Cyber has been an official domain of warfare for nearly a decade, yet the Department of Defense is still learning how to integrate it with operations. And some members of Congress are concerned the traditional military intelligence organs to this day don't understand intel support to cyber ops.

The House Armed Services Committee is directing that a briefing on the subject must take place by December 1, 2018. The briefing — delivered by the under secretary of defense for intelligence, in coordination with the Defense Intelligence Agency and the military services — is expected, according to a provision in the committee's annual defense policy bill, to address multiple issues, including:

  • Efforts to standardize a common military doctrine for intelligence preparation of the battlefield for cyber operations;
  • Efforts to develop all-source intelligence analysts with the capability to support cyber operations; and
  • Efforts to resource intelligence analysis support elements at U.S. Cyber Command and the service cyber components.

“The committee is concerned about the Defense Intelligence Enterprise's ability to provide the cyber community with all-source intelligence support, consistent with the support provided to operations in other domains,” the provision, called an “item of special interest,” says.

In some cases, other intelligence disciplines, such as human intelligence or signals intelligence, might be needed to help enable a cyber operation. A committee aide noted that the goal is to get DoD to think about cyber operations just as operations in any domain and build the infrastructure to support that.

According to Gus Hunt, Accenture Federal Services cyber strategy lead, cyber as a domain is really no different than the others from an intelligence support perspective.

The objective of intelligence, he told Fifth Domain in a recent interview, is to ensure it provides timely information about the adversary, who they are, the status of their capabilities and any information about the threats that are there.

“I think what you're seeing ... is that people are asking the question are we appropriately structured or resourced and focused to be as effective as we possibly can in this new realm of cyber and cyber operations,” Hunt, who previously served as the chief technology officer at the CIA, said.

“Because they're asking the question, I think the obvious answer is ... we're not structured as effectively as we possibly can be ... [but] it's really good that people are sitting there asking.”

The Army is experiencing similar problems, especially when it comes to experimenting with force structure changes and bringing cyber effects to the tactical edge, which currently don't exist.

“We're not seeing a corresponding growth in the intel organizational structure with the cyber and” electronic warfare, Lt. Col. Chris Walls, deputy division chief for strategy and policy in the cyber directorate of the Department of the Army G-3/5/7, said at the C4ISRNET conference in May.

“The existing intel force structure is really going to be stressed when we put this EW and cyber capability into the field unless they have a corresponding growth and capability as well,” Walls said of tactical cyber effects and teams.

https://www.fifthdomain.com/congress/2018/07/02/does-dod-know-how-to-supply-intel-for-cyber-ops/

On the same subject

  • Contract Awards by US Department of Defense - July 06, 2020

    July 7, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 06, 2020

    DEFENSE LOGISTICS AGENCY Raytheon Co., Andover, Massachusetts, has been awarded a $6,000,000,000 modification (P00102) to six-year base contract SPRBL1-15-D-0017 with one four-year option period, to add an additional year of performance and increase funding for depot-level repairables and consumable spare parts, as well as repair and engineering services for multiple weapon systems. This modification increases the contract ceiling from $2,000,000,000 to $8,000,000,000. 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 an indefinite-delivery/indefinite-quantity contract with both fixed-price and cost elements. Location of performance is Massachusetts, with a Sept. 27, 2021, ordering period end date. Using customer is the Department of Defense. Type of appropriation is fiscal 2020 through 2021 Army working capital funds and other procurement funds as necessary. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland. Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $14,220,050 modification (P00006) exercising the second one-year option period of one-year base contract SPE1C1-18-D-1069 with two one-year option periods for physical fitness uniform trunks. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Washington, D.C.; Minnesota; Colorado; Louisiana; Kentucky; and New Jersey, with a July 11, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Melton Sales & Service,* Columbus, New Jersey, has been awarded a maximum $10,093,553 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for transfer transmissions. 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 three-year contract with no option periods. Location of performance is New Jersey, with a July 6, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0117). Bridgestone Americas Tire Operations LLC, doing business as GCR Tire Service, Phoenix, Arizona, has been awarded a maximum $8,709,450 firm-fixed-price requirements contract for M870 series low bed semitrailer wheel pneumatic tires. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Arizona, with a July 5, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0096). NAVY Vigor Marine LLC, Portland, Oregon, is awarded a $133,406,869 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS McCampbell (DDG 85) chief of naval operations scheduled depot maintenance availability. This contract includes options which, if exercised, will bring the cumulative value of this contract to $155,621,173. Work will be performed in Portland, Oregon. USS McCampbell will receive comprehensive modernization for DDG 51 class ships to ensure a mission relevant service life. These improvements will include hull, mechanical and electrical technology insertion; as well as provide critical warfighting improvements, such as upgraded machinery control system, integrated bridge and navigation system (to include physical throttles); advanced galley upgrade; wireless communications and digital video surveillance system upgrade; upgrade to a fiber optic local area network backbone; AEGIS baseline 9 upgrade (that includes updated guns weapons system); enhanced Vertical Launching System; multi-mission signal processor; and Ballistic Missile Defense 5.0 upgrade. Work is expected to be completed by November 2021. Fiscal 2020 operation and maintenance (Navy); and fiscal 2020 other procurement (Navy) funding in the amount of $154,319,412 will be obligated at time of award. Funds in the amount of $21,166,210 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(3), this contract was not competitively procured. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-20-D-0550). Cubic Defense Applications Inc., Orlando, Florida, is awarded a $99,100,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract supports the Surface Training Immersive Gaming and Simulations effort and provides for the development, delivery and total life cycle support of a new virtual environment training system. Work will be performed in Orlando, Florida. Life cycle support of the new training systems includes updates, maintenance, upgrades and modifications to surface ship trainers and associated courseware to maintain fleet operational readiness. This system will be one of the pillars under the overall Surface Training Advanced Virtual Environment Program. Work is expected to be completed by July 2025. No funds will be obligated at the time of award, but will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and six offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-D-0018). Jacobs/B&M JV, Pasadena, California, is awarded a $99,000,000 maximum amount, indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services. This includes the design, engineering, specification writing, cost estimating and related services at various locations under the cognizance of then Naval Facilities Engineering Command (NAVFAC) Pacific. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force and other government facilities within the NAVFAC Pacific area of operations, including but not limited to, Guam and the Commonwealth of the Northern Marianas Islands (75%); Australia (15%); Hawaii (5%); and Diego Garcia (5%). The work to be performed provides for the preparation of region/Facilities Engineering Command team; DD Form 1391 project documentation; engineering studies; specifications utilizing the Department of Defense SpecsIntact program; cost estimates utilizing the micro-computer aided cost estimating system (second generation); design and engineering services for functional analysis and concept development; request for proposal (RFP) documentation for design-build projects; and RFP documentation, plans and specifications for design-bid-build projects. The term of the contract is not to exceed 60 months and is expected to be completed by July 2025. Fiscal 2018 military construction (planning and design) contract funds in the amount of $10,000 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 military construction (planning and design). This contract was competitively procured via the Navy Electronic Commerce Online website and two proposals were received. The NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-D-0002). HDR Environmental, Operations and Construction Inc., Englewood, Colorado, is awarded a $75,000,000 maximum amount, indefinite-delivery/indefinite-quantity contract to conduct marine species monitoring services and implement components of the Navy's Integrated Comprehensive Monitoring Program. No task orders are being issued at this time. The primary geographic area covered by this contract encompasses the Naval Facilities Engineering Command (NAVFAC) Atlantic and Pacific areas of operations. Additionally, tasks associated with this contract may be assigned anywhere in the world. The work to be performed will obtain services for performance of marine resources monitoring and program management in support of Navy environmental compliance and reporting requirements. Services may include, but are not limited to, literature review and data searches; aerial, shipboard, and/or underwater visual surveys; passive acoustic monitoring; assessments to determine potential impacts from military activities; behavioral studies and controlled exposure experiments; biopsy sampling; tagging and tracking; analysis of data and technical assistance to ensure legal compliance; preparation of necessary reports, consultation packages and permit applications; and management and coordination of complex projects with other Federal agencies, institutions and organizations spanning a wide range of geographic locations. The term of the contract is not to exceed 60 months with an expected completion date of July 2025. 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 beta.SAM.gov website, and two proposals were received. The NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-D-0016). Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $34,749,670 modification (P00011) to previously-awarded fixed-price-incentive-firm contract N00019-18-C-1068. This modification provides for the production and delivery of 58 additional Lot 20 AIM-9X Block II all up round tactical missiles (29 for the Navy and 29 for the Air Force); an additional 61 Block II Captive Air Training Missiles (one for the Navy and 60 for the Air Force); an additional 35 all up round containers (12 for the Navy and 23 for the Air Force); and one lot of spares assets for the governments of Finland, Israel, the Netherlands, Norway, Singapore, Turkey and Poland. Work will be performed in Tucson, Arizona (31%); Andover, Massachusetts (10%); Keyser, West Virginia (9%); Santa Clarita, California (8%); Hillsboro, Oregon (5%); Ottawa, Ontario, Canada (5%); Goleta, California (4%); Cheshire, Connecticut (4%); Heilbronn, Germany (3%); Simsbury, Connecticut (2%); San Jose, California (2%); Valencia, California (2%); Anaheim, California (2%); Cajon, California (2%); Cincinnati, Ohio (1%); Anniston, Alabama (1%); San Diego, California (1%); Chatsworth, California (1%); Amesbury, Massachusetts (1%); Claremont, California (1%); Sumner, Washington (1%); and various locations within the continental U.S. (4%), and is expected to be completed by July 2023. Fiscal 2020 missile procurement (Air Force) funds in the amount of $23,081,565; fiscal 2020 weapons procurement (Navy) funds in the amount of $11,021,806; fiscal 2019 missile procurement (Air Force) funds in the amount of $135,020; fiscal 2019 weapons procurement (Navy) funds in the amount of $40,506; fiscal 2018 missile procurement (Air Force) funds in the amount of $40,506; fiscal 2018 weapons procurement (Navy) funds in the amount of $13,502; and Foreign Military Sales funds in the amount of $416,765 will be obligated at the time of award, $54,008 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Avian-Precise Co.,* Lexington Park, Maryland, is awarded a $19,700,000 modification (P00006) to previously-awarded cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract N00421-18-D-0016. This modification provides sustainment engineering, training and tools in support of the Naval Air Systems Command engineering group. Work will be performed in Patuxent River, Maryland (91%); and Jacksonville, Florida (9%), and is expected to be completed by April 2023. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Signal Systems Corp.,* Millersville, Maryland, is awarded a $13,467,258 cost-plus-fixed-fee order (N68335-20-F-0324) against previously-issued basic ordering agreement N68335-20-G-1062. This order provides for advanced Small Business Innovation Research (SBIR) products for airborne anti-submarine warfare (ASW) and undersea warfare continued research and development efforts under SBIR Topic N04-007, "Continuous Active Sonar Signal Processing;" Topic N093-168, "Target Localization Using Multi-Static Sonar with Drifting Sonobuoys;" and Topic N101-005, "Spread Spectrum Techniques for Sonar Ping Technology." Work will be performed in Millersville, Maryland (83%); and Lexington Park, Maryland (17%). The applications to be further developed include acoustic ASW sensors and systems; telemetry and recording systems; signal and data processing; algorithm development; mathematical modeling; system and application prototyping; active and passive display enhancements; information assurance, anti-tampering and cybersecurity concepts; and techniques and analysis to predict the performance of the associated ASW systems. Work is expected to be completed by July 2025. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $683,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a $12,805,321 not to exceed, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for materials and engineering services required to develop and integrate technological improvements for the DDG-51 hull; mechanical and electrical machinery control systems (MCS); Littoral Combat Ship (LCS) Freedom class MCS; and Landing Helicopter Dock/A (LHD/A) MCS installed onboard current Navy ships in support of Naval Surface Warfare Center, Philadelphia Division. Work will be performed in Orlando, Florida (65%); the remaining (35%) will be performed in Baltimore, Maryland; Philadelphia, Pennsylvania; San Diego, California; Norfolk, Virginia; and Mayport, Florida, as determined by the individual task orders. The services under this contract will support the development, implementation, execution and life cycle sustainment of shipboard MCS for LCS class, LHD/A class and DDG class surface ship machinery control equipment and systems, as well as serve the Logistics Management Branch of the Naval Surface Warfare Center, Philadelphia Division. This statement of work requests highly specialized services that only Lockheed Martin can support. As such, Lockheed Martin has developed proprietary test scripts and test equipment to provide for delivery and support of MCS systems and components. Work is expected to be completed by July 2026. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $500 ($500 minimum guarantee for contract) will be obligated at time of award via an individual task order and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured; there was one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-0009). ARMY General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $10,260,921 modification (P00110) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 31, 2022. Fiscal 2020 Foreign Military Sales (Taiwan) funds in the amount of $10,260,921 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. *Small Business **Mandatory Sour https://www.defense.gov/Newsroom/Contracts/Contract/Article/2261436/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 1, 2019

    July 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 1, 2019

    ARMY Cardno GS Inc., Charlottesville, Virginia (W91278-19-D-0027); AECOM Technical Services Inc., Los Angeles, California (W91278-19-D-0025); Atkins North America Inc., Dallas, Texas (W91278-19-D-0026); HDR Environmental, Operations and Construction Inc., Englewood, Colorado (W91278-19-D-0028); Tetra Tech Inc., Fairfax, Virginia (W91278-19-D-0031); Jacobs Engineering Group Inc., Dallas, Texas (W91278-19-D-0029) and Leidos Inc., Reston, Virginia (W91278-19-D-0030) will compete for each order of the $49,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2022. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Hughes Network Systems LLC, Germantown, Maryland, was awarded an $11,823,659 cost-plus-fixed-fee contract for the research and development effort to research solutions, prototype products and demonstrate solutions that include machine learning to improve transport and network performance availability and reliability. One bid was solicited with one bid received. Work will be performed in Germantown, Maryland, with an estimated completion date of Dec. 30, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,863,123 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-19-C-0016). Techwerks LLC,* Arlington Heights, Illinois, was awarded an $8,920,153 modification (P00018) to contract W911QY-17-C-0101 for labor, other direct costs and travel in support of Walter Reid Army Institute of Research Behavioral Health Readiness and Suicide Risk Reduction Review. Work will be performed in Arlington Heights, Illinois, with an estimated completion date of July 1, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,863,077 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Henry M. Jackson Foundation for the Advancement of Military, Bethesda, Maryland, was awarded an $8,168,074 modification (P00005) to contract W81XWH-18-C-0337 to provide diagnostic and clinical research support. Work will be performed in Silver Spring, Maryland, with an estimated completion date of June 30, 2023. Fiscal 2019 Defense Health Program funds in the amount of $6,834,794 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. NAVY The Boeing Co., St. Louis, Missouri, is awarded a $42,875,328 fixed-price-incentive delivery order (N00019-19-F-2412) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the procurement of 48 trailing edge flaps for F/A-18 aircraft. Work will be performed in St. Louis, Missouri (72%); Lucerne Switzerland (20%); Paramount, California (5%); Hot Springs, Arkansas (3%), and is expected to be completed in June 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $42,875,328 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. Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,120,812 cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price contract for Combat System Ship Integration and Test on Guided Missile Frigate (FFG(X)) new-construction ships. The work executed under this contract includes combat system (CS) ship integration engineering support and test planning, conducting a waterfront CS ship integration and test program, post-delivery engineering support to government test teams, engineering services for CS ship integration and test and developing test program documents for FFG(X) ships. This contract includes options, which if exercised, would bring the cumulative value of this contract to $124,980,289. Work will be performed at the FFG(X) ship builder location (70 percent) and Moorestown, New Jersey (30 percent), and is expected to be complete in June 2025. If all options are exercised, work will continue through July 2029. Fiscal 2019 research development test and evaluation (Navy) funding in the amount of $1,000,000 will be obligated at the time of 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 three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5602). AIR FORCE CACI Technologies Inc., Chantilly, Virginia, has been awarded a $34,837,804 cost-plus-fixed-fee contract for software agility and resiliency software/hardware. This contract provides for the development of technology and methods to test and evaluate the effectiveness of virtual infrastructure with regard to malware analysis and mission assurance and web-based mission management functionality integration with current operational systems. Work will be performed in Rome, New York, and is expected to be completed by June 30, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,150,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0014). The Design Knowledge Co.,* Fairborn, Ohio, has been awarded a $15,000,000 cost-plus-fixed-fee contract for Advanced Visualization, Automation and Novel Computing Enterprise (ADVANCE). This contract provides for the Small Business Innovation Research Phase III effort that extends the previous Phase I and Phase III efforts by adding in other relevant algorithms, automation, cloud based integrations, full-spectrum workflows, advanced visualization, models and simulation to increase the technology readiness levels by testing and validating the ADVANCE system within a relevant environment of live set networks. Work will be performed at Fairborn, Ohio; and Kirtland Air Force Base, New Mexico, and is expected to be completed by September 2025. This award is derived from, extends or completes efforts made under prior SBIR funding agreements and is authorized under 10 U.S. Code 2034(b)(2) or 41 U.S. Code 3303(b). Fiscal 2019 research development test and evaluation funds in the amount of $592,000 are being obligated at time of award. The Air Force Research Laboratory's Space Vehicles directorate, Kirtland Air Force Base, Albuquerque, New Mexico, is the contracting activity (FA9453-19-C-0038). LinQuest Corp., Los Angeles, California, has been awarded a $12,824,336 cost-plus-fixed-fee and firm-fixed-price modification (P00098) to previously awarded contract FA8808-13-C-0009 for systems integration and engineering services. The contract modification provides for the extension of the period of performance of the current contract for a period of two months of services. This two month extension is to ensure continuity of services and provide the required 60-day transition period as a result of the delay in the award of the competitive follow-on contract. Work will be performed at Los Angeles Air Force Base, and is expected to be completed by Aug. 31, 2019. Fiscal 2017 procurement; 2018 research and development; and 2019 procurement; operations and maintenance; and research and development funds in the amount of $6,259,555 are being obligated at the time of award. Los Angeles Air Force Base Space and Missile Systems Center Missile Systems Center, Military Satellite Communications Systems Directorate, Los Angeles, California, is the contracting activity. Raytheon Co., Dulles, Virginia, has been awarded $8,045,715 modification (P00004) to previously awarded firm-fixed price contract FA4890-17-C-0014 for persistent surveillance and dissemination system of systems and mission video distribution system services. This modification brings the total cumulative face value of the contract from $15,626,799 to $23,672,514. Work will be performed at Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed by July 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $4,022,857 are being obligated at time of award. Headquarters ACC, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. AECOM Management Services Inc., Germantown, Maryland, has been awarded a $7,497,087 firm-fixed-price, task order (FA8131-19-F-0002) to previously awarded indefinite-delivery/indefinite-quantity contract FA8131-18-D-0001 for contractor logistics support of the Air National Guard's C-26 Fleet. This task order is to provide sustainment and engineering support for the current fleet of 11 aircraft. Work will be performed at Fresno, California; Clarksburg, West Virginia; Kirtland, New Mexico; Meridian, Mississippi; Ellington Field, Texas; Des Moines, Iowa; Fairchild, Washington; Tucson, Arizona; Madison, Wisconsin and Montgomery, Alabama, and is expected to be completed by June 30, 2020. Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $7,497,087 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Exelan Pharmaceuticals Inc., Boca Raton, Florida, has been awarded a maximum $8,080,106 firm-fixed-price requirements contract for Budesonide Inhalation Suspension. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with two responses received. Locations of performance are Florida and India, with a June 30, 2020, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2D2-19-D-0075). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1893327/source/GovDelivery/

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

    October 29, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

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

    NAVY American International Contractors Inc., Arlington, Virginia (N62470-19-D-5000); Bryan 77 Construction JV,* Colorado Springs, Colorado (N62470-19-D-5001); ECC-MEZ LLC, Virginia Beach, Virginia (N62470-19-D-5002); P. & C. Development S.A/Ergotem S.A. JV, Athens, Greece (N62470-19-D-5003); SKE-ICM JV, Viale Venezia, 79/B33074 Fontanafredda (PN) (N62470-19-D-5004); and Zafer Taahhut, Insaat Ve Ticaret A.S., Ankara, Turkey (N62470-19-D-5005), are each awarded an indefinite-delivery/indefinite-quantity multiple award design-build, design-bid-build construction contract for construction and renovation projects located primarily at Camp Lemonnier, Djibouti (CLDJ), but also worldwide. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. The work to be performed provides for tasks for general building type projects (new construction, renovations, alterations, demolition, repair work, and any necessary design) including: industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, retail, food service, dormitory, community support facilities and both vertical and horizontal construction for Department of Defense activities. ECC-MEZ LLC is being awarded the initial task order at $9,990,000 for the construction of an Aircraft Apron Expansion at CLDJ, Djibouti, Africa. Work for this task order is expected to be completed by November 2020. All work on this contract will be performed in Camp Lemonnier, Djibouti, Africa, whose area of responsibility includes facilities located in Kenya, Africa, areas managed by the Naval Facilities Engineering Command, Europe, Africa and Southwest Asia, but also worldwide. The term of the contract is not to exceed 60 months with an expected completion date of October 2023. Fiscal 2018 military construction (Navy); and fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $10,040,000 are obligated on this award; of which $50,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); and operations and maintenance (Navy). 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. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. Central Lake Armor Express Inc.,* Central Lake, Michigan, was awarded a $59,369,617 ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of up to a maximum 65,469 Plate Carrier Generation III – Soft Armor Inserts and data reports. Work will be performed in Central Lake, Michigan, and is expected to be complete by Oct. 24, 2023. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $2,220,578 will be obligated on the first delivery order immediately following contract award and funds will before the end of the fiscal year. This contract was competitively procured as a total small business set-aside via the Federal Business Opportunities website with 13 offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1509). (Awarded Oct. 25, 2018) Praescient Analytics LLC,* Alexandria, Virginia, is awarded a $45,279,089 single award, indefinite delivery/indefinite quantity, supply and services contract (N65236-19-D-1002) utilizing firm-fixed-price and firm-fixed-price, level-of-effort delivery/task orders. This contract is for the delivery of an advanced analytics technical solution (AATS) software product. Work will be performed in Alexandria, Virginia (95 percent); and Charleston, South Carolina (5 percent), and is expected to be completed by October 2023. Fiscal 2018 and 2019 procurement (Marine Corps) funds in the amount of $15,701,990 will be placed on the first delivery order and obligated at the time of award. Funds will not expire at the end of the current fiscal year. The single award contract was competitively procured by full and open competition via the Space and Naval Warfare Systems Command - Electronic Commerce Central website and the Federal Business Opportunities website, with five offers received. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity. Huntington Ingalls Industries San Diego Shipyard Inc., San Diego, California, is awarded a $44,779,160 firm-fixed-price contract for the execution of USS O'Kane (DDG 77) fiscal 2019 Extended Selected Restricted Availability. This availability will include a combination of maintenance, modernization, and repair of USS O'Kane. This contract includes options which, if exercised, would bring the cumulative value of this contract to $51,505,314. Work will be performed in San Diego, California, and is expected to be completed by January 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); and working capital fund funding in the amount of $44,779,160 will be obligated at time of award, and funding in the amount of $35,141,499 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4406). BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded $9,532,186 for modification P00021 to previously awarded cost-plus-fixed-fee contract (N00030-17-C-0001) to provide systems engineering and integration services in support of Trident II (D5) strategic weapons system, the SSGN attack weapon system, and strategic weapon surety. Work will be performed in Rockville, Maryland (70.6 percent); Washington, District of Columbia (14.7 percent); Kings Bay, Georgia (5.1 percent); Silverdale, Washington (2.7 percent); Norfolk, Virginia (1.5 percent); San Diego, California (1.1 percent); Barrow, United Kingdom (1.1 Percent); Alexandria, Virginia (1.0 percent); Buffalo, New York (0.3 percent); Downingtown, Pennsylvania (0.3 percent); Ocala, Florida (0.2 percent); Pittsfield, Massachusetts (0.2 percent); Montgomery Village, Maryland (0.2 percent); New Lebanon, New York (0.2 percent); New Paris, Ohio (0.2 percent); Wexford, Pennsylvania (0.2 percent); Alton, Virginia (0.2 percent); Springfield, Virginia (0.2 percent); Vienna, Virginia (0.2 percent); and St. Mary's, Georgia (0.2 percent), with an expected completion date of Sept. 30, 2019. United Kingdom funds in the amount of $8,488,977; and fiscal 2019 research and development test and evaluation (Navy) funds in the amount of $1,043,209 will be obligated on this modification. No contract funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. AIR FORCE Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $54,626,116 labor hour and cost contract for the Unified Platform Systems Coordinator. This contract provides for continued development, integration, fielding and sustainment for the Unified Platform Program. Work will be performed in San Antonio, Texas, and is expected to be completed by Oct. 31, 2021. This award is a result of a competitive acquisition and six offers were received. Fiscal 2019 research, development, test and evaluation funds; and operations and maintenance funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Joint Base San Antonio, San Antonio, Texas, is the contracting activity (FA8307-19-F-0002). AAI Corp., Hunt Valley, Maryland, has been awarded a $23,696,816 firm-fixed-price contract for non-developmental contractor-owned and contractor-operated unmanned aerial systems, intelligence, reconnaissance and surveillance. This contract provides support force protection efforts at airfields located within U.S. Air Forces Central Command. Work will be performed at Bagram Airfield and Kandahar AF, Afghanistan, with an optional site at Muwaffaq Salti Air Base, Jordan, and is expected to be completed by March 27, 2024. Fiscal 2019 operations and maintenance funds in the amount of $17,556 are being obligated at the time of award. Total cumulative face value of this contract is $114,064,396. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-C-0002). * Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1674381/

All news