Back to news

July 22, 2024 | International,

Experts Uncover Chinese Cybercrime Network Behind Gambling and Human Trafficking

A Chinese crime syndicate, Vigorish Viper, uses an advanced cyber suite to run a cybercrime network, including illegal gambling and human trafficking.

https://thehackernews.com/2024/07/experts-uncover-chinese-cybercrime.html

On the same subject

  • US Navy inks deal for a tenth Virginia-class submarine

    March 22, 2021 | International, Naval

    US Navy inks deal for a tenth Virginia-class submarine

    The U.S. Navy sealed the deal on a 10th ship in its latest iteration of the Virginia-class attack submarine, issuing a $2.4 billion adjustment on a contract initially awarded in December 2019.

  • Contract Awards by US Department of Defense - May 07, 2020

    May 8, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - May 07, 2020

    DEFENSE LOGISTICS AGENCY Royal Food Service Co.,* Atlanta, Georgia, has been awarded a maximum $465,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Georgia, with a May 6, 2025, performance completion date. Using customers are Army, Navy and Department of Agriculture schools. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-P353). Inficon Inc., East Syracuse, New York, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 115 responses received. This is a five-year contract with no option periods. Location of performance is New York, with a May 6, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0034). Emergent LLC,* Virginia Beach, Virginia, has been awarded a maximum $13,787,428 firm-fixed-price task order (SP4701-20-F-0075) against a five-year base contract (SP4701-20-Q-0030) with one five-year option period for Oracle software licenses and maintenance renewal. This was a competitive acquisition with three responses received. This is a one-year contract with no option periods. Location of performance is Virginia, with a May 29, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. Extra Packaging LLC,* Boca Raton, Florida, has been awarded a maximum $7,562,500 modification (P00005) exercising the first 20-month option period and second 20-month option period simultaneously of a 20-month base contract (SPE2DS-19-D-0082) with two 20-month option periods for human remains pouches. This is a firm-fixed price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas and Florida, with a Jan. 7, 2022, performance completion date. Using customers are Army, Navy, Air Force, Coast Guard, Federal Emergency Management Agency and federal civilian agencies. Type of appropriation is fiscal 2020 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. MISSILE DEFENSE AGENCY The Boeing Co., Huntsville, Alabama, is being awarded a $128,481,291 contract modification (P00542/P00051) to previously awarded HQ0147-12-C-0004/19-C-0004 on the Ground-based Midcourse Defense development and sustainment contract. The value of this contract, including options, is increased from $11,208,915,599 to $11,337,396,890. The definitized scope of work requires continued support to Ground-based Midcourse Defense by manufacturing C2 boost vehicles, booster spare parts and associated avionics to maintain fleet and flight test programs. The period of performance is from Jan. 31, 2018, to Sept., 30, 2022. This acquisition was executed on a sole-source basis. Fiscal 2017 and 2018 research, development, test and evaluation funds in the amount of $52,890,819 have been obligated. To definitize the contract action, fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $65,070,681 were obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE Lockheed Martin Corp., Orlando, Florida, has been awarded a $49,856,351 cost-plus-fixed-fee modification (P00004) to contract FA8682-19-C-0008 to procure additional equipment and tooling needed to increase Joint Air-to-Surface Standoff Missile production. Work will be performed in Orlando, Florida, and is expected to be complete by March 31, 2023. This award is the result of sole-source acquisition. Fiscal 2019 missile procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. ARMY MD Helicopters Inc., Mesa, Arizona, was awarded a $35,823,838 modification (P00032) to contract W58RGZ-17-C-0038 for logistics support for the Afghanistan Air Force MD-530F aircraft fleet. Work will be performed in Mesa, Arizona; and Kabul, Afghanistan, with an estimated completion date of Nov. 30, 2020. Fiscal 2020 Afghanistan Security Forces funds (Army) in the amount of $35,823,838 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $14,719,719 modification (P00104) 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 Sept. 30, 2023. Fiscal 2018 research, development, test and evaluation (Army) funds; and 2019 procurement of weapons and tracked combat vehicles (Army) funds in the amount of $14,719,719 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded a $9,699,157 modification (000179) to contract W31P4Q-18-A-0011 for live virtual constructive modeling and simulation support to U.S. Army Central. Work will be performed at Shaw Air Force Base, South Carolina, with an estimated completion date of May 6, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $9,699,157 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Raytheon Co., Largo, Florida, is awarded a $32,740,207 firm-fixed-price, cost-plus-fixed- fee, cost-only contract for Planar Array Antenna Assembly (PAAA) production requirements to support the Cooperative Engagement Capability (CEC) program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $237,882,026. Work will be performed in Largo, Florida (58%); McKinney, Texas (32%); St. Petersburg, Florida (7%); and Andover, Massachusetts (3%). The PAAA is a multi-face antenna assembly used in the shipboard AN/USG-2x CEC configuration. The CEC program supports integrated fire control capability. CEC provides the means to network sensors, thereby significantly improving strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract will include scope for performance and delivery of PAAA production units, PAAA spare parts and engineering services with option quantities in support of both Foreign Military Sales and Navy requirements. Work is expected to be complete by June 2022. If all options are exercised, work will continue through April 2025. Fiscal 2016, 2017, 2018, 2019 and 2020 shipbuilding and conversion (Navy) funds; and 2019 and 2020 other procurement (Navy) funds in the amount of $31,996,107 will be obligated at time of award, and funding in the amount of $5,182,158 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5203). Raytheon Missile Systems, Tucson, Arizona, is awarded a $19,061,000 firm-fixed-price modification to previously awarded contract N00024-19-C-5404 to exercise options for fiscal 2020 Navy Rolling Airframe Missile (RAM) Mod 5 Guided Missile Launching System (GMLS) requirements. Work will be performed in St. Petersburg, Florida (36%); Louisville, Kentucky (21%); Tucson, Arizona (15%); Huntsville, Alabama (10%); Ottobrunn, Germany (8%); San Diego, California (4%); Tulsa, Oklahoma (3%); and various locations within the continental U.S. (3%). The RAM Guided Missile Weapon System is co-developed and co-produced under an international cooperative program between the U.S. and Federal Republic of Germany governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. This contract is to procure material, fabricate parts, assemble and test, and deliver RAM MK 49 Mod 5 GMLS and GMLS ordnance alteration kits. Work is expected to be complete by December 2022. Federal Republic of Germany funds in the amount of $19,061,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Bowman, Foster & Associates,* Norfolk, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for mechanical and electrical architect-engineering services for projects located primarily at Naval Station Norfolk, Virginia; and Naval Support Activity, Hampton Roads, Virginia. Initial task order is being awarded $170,471 for design and engineering of boiler replacement at Navy Medical Center, Portsmouth, Virginia. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Command, Mid-Atlantic area of responsibility. Work provides for comprehensive architect-engineering services required for projects that may involve single or multiple disciplines, primarily for mechanical and electrical, but may also include fire protection and/or other disciplines that may be deemed incidental. Work is expected to be complete by December 2020. The term of the contract is not to exceed 60 months with an expected completion date of May 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $170,471 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, and 16 proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0005). Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded an $8,548,173 modification to a previously awarded firm-fixed-price contract N00039-16-C-0050 to exercise options to deliver spare items for the Navy Multiband Terminal (NMT) system. Work will be performed in Largo, Florida (54%); South Deerfield, Massachusetts (25%); Stow, Massachusetts (13%); and Marlborough, Massachusetts (8%). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports extremely high frequency (EHF)/advanced EHF low data rate, medium data rate, extended data rate, super high frequency, Military Ka (transmit and receive) and global broadcast service receive-only communications. Work is expected to be complete by May 2022. Fiscal 2020 other procurement (Navy); fiscal 2020 other customer funds (Naval Supply Systems Command and Coast Guard); and fiscal 2020 Foreign Military Sales (Canada, United Kingdom and Netherlands) funds in the amount of $8,548,173 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039). Joyce & Associates Construction Inc.,* Newport, North Carolina, is awarded an $8,145,647 firm-fixed-price task order (N40085-20-F-5204) under a multiple award construction contract for the replacement of Vacuum Test Chamber Building 137, Marine Corp Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina, and provides for the installation and replacement of aircraft vacuum component test system in Building 137. Project consists of equipment, equipment installation, repair and minor construction funding. Equipment cost includes the vacuum chamber and seven 50-horse power vacuum pumps. Equipment installation includes interior electrical hook-ups, new roof penetrations and vacuum piping. Repair work includes demo of existing electrical wiring, demo of existing vacuum piping, removal of existing vacuum chamber, removal of two existing 75-horse power vacuum pumps and patching of old roof penetrations. Minor construction includes concrete pad, new exterior electrical utilities for vacuum pumps and support structure for exterior overhead vacuum piping. Work is expected to be complete by April 2022. Fiscal 2018 aircraft procurement (Navy) contract funds; and fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $8,145,647 are obligated on this award, of which $197,826 will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6302). Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $7,267,110 cost-plus fixed-fee order (N62786-20-F-0014) against the previously awarded basic ordering agreement N00024-19-G-2319 to provide advance planning, accomplishment and emergent availabilities for LCS-19 post shakedown availability. Work will be performed in Mayport, Florida (55%); Virginia Beach, Virginia (19%); Moorestown, New Jersey (14%); and Washington, D.C. (12%). This delivery order is expected to be completed by September 2021. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $7,267,110 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Eccalon LLC, Hanover, Maryland, has been awarded a $7,078,869 firm-fixed-price contract. This contract provides National Security Technology Accelerator program support for the Office of Manufacturing and Industrial Base Policy. Work performance will take place at the Mark Center, Alexandria, Virginia. Fiscal 2020 and 2021 research, development, test, and evaluation funds in the amount of $7,078,869 are being awarded. The expected completion date is Sept. 27, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-18-F-0572). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2180277/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 22, 2020

    July 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - July 22, 2020

    AIR FORCE AECOM Management Services Inc., Germantown, Maryland (FA3002-20-D-0012); AKIMA Logistics Services LLC, Herndon, Virginia (FA3002-20-D-0013); DynCorp International LLC, Fort Worth, Texas (FA3002-20-D0010); Jacobs Technology Inc., Fort Walton Beach, Florida (FA3022-20-D-0014); Leidos Inc., Reston, Virginia (FA3002-20-D-0011); M1 Support Services LP, Denton, Texas (FA3002-20-D-0015); PAE Services LLC, Arlington, Virginia (FA3002-20-D-0016); and Vertex Aerospace LLC, Madison, Missouri (FA3002-20-D-0017), have been awarded a maximum $14,000,000,000 multiple-award, indefinite-delivery/indefinite-quantity (IDIQ) contract for Aircraft Maintenance Enterprise Solution -- a strategic sourcing vehicle for Air Force-wide contracted aircraft maintenance. The contractors will provide all organizational-level maintenance services for all aircraft listed in each individual task order performance work statement, which can include any aircraft platform (excluding rotary wing, tiltrotor and remotely piloted aircraft). Because this is an IDIQ, the location of performance is not known at this time and will be cited on individual task orders. Generally, work will be performed at government facilities and is expected to be completed Sept. 14, 2030. This award is the result of a competitive acquisition with 19 offers received. No funds are being obligated at the time of award. The Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-19-R-A001). DynCorp International LLC, Fort Worth, Texas, has been awarded a $17,760,615 modification (P00004) to contract FA3002-19-D-A004 to increase the ceiling for the firm-fixed-price, indefinite-delivery/indefinite-quantity contract for J85 engine maintenance. This contract provides for managing the full cycle of production by planning, scheduling, directing and controlling all maintenance on jet engines and support equipment, as well as monitoring serviceable base stock levels and target serviceable requirements of each customer. Work will be performed at Laughlin Air Force Base, Texas, and is expected to be completed Sept. 30, 2020. No funds are being obligated at the time of award. This award is the result of a sole-source acquisition. The Air Force Installation Contracting Center, Joint Base San Antonio-Randolph, Texas, is the contracting activity. Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $16,284,463 cost-plus-award-fee undefinitized task order under the ground subsystems sustainment contract (FA8214-15-D-0001) for the Minuteman III general sustainment. Work will be performed in Layton, Utah, and is expected to be completed Aug. 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $8,142,232 are being obligated at the time of award of the base period. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-20-F-0082). Advantor IDS Inc., Orlando, Florida, has been awarded a $9,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for intrusion detection system (IDS) supplies and ancillary services. The contractor shall provide all supplies (hardware) and complete all installation of all IDS and test operations. Work will be performed at Edwards Air Force Base, California, and is expected to be completed July 16, 2025. This award is the result of sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $237,456 are being obligated at the time of award. The Directorate of Contracting, Edwards AFB, California, is the contracting activity. CORRECTION: The contract announced on July 20, 2020, to BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, for the Instrumentation Range Support Program, has not yet been awarded. CORRECTION: The contract announced on July 20, 2020, to six firms for design-build construction efforts at Fairchild Air Force Base, Washington, included an incorrect location for RORE Inc. (FA4620-20-0009). The firm is actually located in Gig Harbor, Washington. ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $702,881,910 modification (P00042) to contract W31P4Q-18-C-0130 for procurement of Hellfire missiles. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. Fiscal 2010, 2011, 2018, 2019 and 2020 other procurement (Army) funds in the amount of $702,754,471 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Southwest Valley Constructors, Albuquerque, New Mexico, was awarded a $24,577,981 modification (P00016) to contract W912PL-19-C-0015 to design and construct approximately 31.65 miles of three-phase power distribution, lighting, closed-circuit television camera, linear ground detection system and shelters for the Barrier Wall Project. Work will be performed in Lukeville, Arizona, with an estimated completion date of Sept. 7, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $24,577,981 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. Agile Infrastructure Services LLC,* Pinehurst, Idaho, was awarded a $13,000,000 modification (P00010) to contract W9124C-15-D-0005 for construction, repair and maintenance of installation facilities on Fort Jackson, South Carolina. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 17, 2020. U.S. Army 419th Contracting Support Brigade, Fort Jackson, South Carolina, is the contracting activity. (Awarded July 15, 2020) Joseph B. Fay Co., Pittsburgh, Pennsylvania, was awarded a $12,938,950 firm-fixed-price contract for the repair and rehabilitation of the gate hoist machinery and the performance of control-system upgrades at the Montgomery Locks and Dam. Bids were solicited via the internet with three received. Work will be performed in Monaca, Pennsylvania, with an estimated completion date of Oct. 10, 2022. Fiscal 2019 and 2020 civil operations and maintenance funds in the amount of $12,938,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-20-C-8002). DEFENSE THREAT REDUCTION AGENCY L3 Applied Technologies Inc., a subsidiary of L3Harris Technologies Inc., San Leandro, California, will be awarded a $73,752,927 cost-plus-fixed-fee contract (with one firm-fixed-price line item for long lead time materials) for X-ray simulators for test and evaluation of nuclear survivability. Work will be performed at the contractor's location in San Leandro, California, and is expected to be completed by May 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,827,342 will be obligated at the time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-20-C-0038). NAVY Crowley Government Services, Jacksonville, Florida, is awarded a $24,070,898 firm-fixed-price contract with reimbursable elements extension to continue the operation and maintenance of five T-AGOS ocean surveillance ships and two T-AGM missile range instrumentation ships. This extension includes one six-month base and two six-month option periods which, if exercised, will bring the cumulative value of this contract to $450,127,044. Work will be performed at sea worldwide. The following ships will be worked on: USNS Victorious T-AGOS 19; USNS Able T-AGOS 20; USNS Effective T-AGOS 21; USNS Loyal T-AGOS 22; USNS Impeccable T-AGOS 23; USNS Invincible T-AGM 24; and the USNS Howard T-AGM 25. Work is expected to be completed by January 2021. Navy working capital funds in the amount of $24,070,898 are obligated for fiscal 2020 and fiscal 2021 and will not expire at the end of the fiscal year. This contract extension was not competitively procured. The contract was prepared under the provisions of 10 U.S. Code §2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii). There is only one responsible source and no other supplies or services will satisfy agency requirements. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-2505). S&S Concrete Construction,* Leesburg, Georgia, is awarded a $10,000,000 maximum amount, indefinite-delivery/indefinite-quantity construction contract for asphalt paving and minor concrete work at Marine Corps Logistics Base, Albany, Georgia. No task orders are being issued at this time. The work will be performed in Albany, Georgia. The term of the contract is not to exceed 60 months and work is expected to be completed by September 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 Navy Electronic Commerce Online website and eight bids were received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0101). National Steel and Shipbuilding Co., San Diego, California, is awarded a $10,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-4404 for USS Bonhomme Richard (LHD-6) emergency firefighting support, dewatering, safety and initial clean-up efforts. Work will be performed in San Diego, California, and is expected to be completed by November 2020. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,700,000 was obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,634,002 firm-fixed-price modification to previously awarded contract N00024-14-C-5106 for the production and delivery of AEGIS weapon system MK 6 MOD 1 spares for new construction and AEGIS modernization guided missile destroyers. Work will be performed in Clearwater, Florida (90%); and Moorestown, New Jersey (10%), and is expected to be completed by April 2022. Fiscal 2020 other procurement (Navy); and 2018 shipbuilding and conversion (Navy) funding in the amount of $7,634,002 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Patriot Construction Co., Dunkirk, Maryland, is awarded a $7,173,707 firm-fixed-price contract for construction of training facilities at Marine Corps Base (MCB), Camp Lejeune, North Carolina. Work will be performed in Camp Lejeune, North Carolina. The work to be performed is for the construction of Special Operations Forces Human Performance Training Facilities, miscellaneous supporting structures, modifications to buildings RR-136 and RR-136A, utilities, parking, roadways and site work. The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits, translucent wall panels and mezzanines. Special construction features include soil surcharge loads and storm water best management practices. Electrical systems include primary power distribution; lighting; energy monitoring/control systems; intrusion detection system; telephone/data and switch/server rooms; electrical switch gear; transformers; circuits; and fire alarms. Mechanical systems include plumbing; fire protection; compressed air; dehumidification; air conditioning systems; a chiller yard; and digital controls. Information systems include telephone, data, local area network, mass notification and intercom. Site work will include building utility systems; traffic control; parking; domestic water; fire protection water; sanitary sewer; sewage conveyance; propane gas networks; perimeter security fencing; gates; storm water; management; fiber/copper communications; cable television; and area lighting. Construction includes sustainable features complying with high performance sustainable building guiding principles. Work is expected to be completed by February 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $7,173,707 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website and three proposals were received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0142). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2283344/source/GovDelivery/

All news