Back to news

August 29, 2024 | International, C4ISR, Security

Fortra Issues Patch for High-Risk FileCatalyst Workflow Security Vulnerability

Fortra has patched a critical security flaw in FileCatalyst Workflow, preventing remote admin access via a static password.

https://thehackernews.com/2024/08/fortra-issues-patch-for-high-risk.html

On the same subject

  • Hermes™ 650 Spark Unveiled: Elbit Systems Launches a New State-of-the-Art UAS

    February 21, 2024 | International, Aerospace, Security

    Hermes™ 650 Spark Unveiled: Elbit Systems Launches a New State-of-the-Art UAS

    Haifa, February 21, 2024, Elbit Systems, a global leader in defense technology, unveiled its latest addition to its market leading Hermes family. This Next Generation Unmanned Aerial System (UAS) boasts...

  • Contract Awards by US Department of Defense - May 13, 2019

    May 14, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 13, 2019

    NAVY C.E.R. Inc.,* Baltimore, Maryland (N40080-19-D-0011); Repaintex Co.,* Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC,* Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV,* Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC,* Rockville, Maryland (N40080-19-D-0015); EGI-HSU JV LLC,* Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc.,* Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc.,* Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC,* Aberdeen, Maryland (N40080-19-D-0020), are awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations (AO). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. C.E.R. Inc. is being awarded the initial task order at $4,338,999 for the renovation of Rooms A143A through 162, Building 209 at Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by December 2020. All work on this contract will be performed primarily within the NAVFAC Washington AO to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2024. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds (NWCF) in the amount of $4,338,999 are obligated on this award, of which $10,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and NWCF. This contract was competitively procured via the Navy Electronic Commerce Online website, with 50 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $139,808,430 for modification P00009 to a previously awarded, fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-16-D-1002). This modification increases the ceiling of the contract to procure up to 12,000 additional Precision Laser Guidance Sets for the Laser Joint Direct Attack Munition. Work will be performed in Fort Worth, Texas (68.23 percent); Cincinnati, Ohio (10.1 percent); St. Louis, Missouri (9.38 percent); Odessa, Missouri (4.37 percent); Simpsonville, South Carolina (4.03 percent); Minneapolis, Minnesota (1.68 percent); and various locations within the continental U.S. (2.21 percent), and is expected to be completed in April 2020. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Applied Research Laboratory, University of Hawaii, Menoa, Hawaii, is awarded a maximum value $77,209,225 five-year, sole source, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, task order contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense. Running concurrently with the maximum ceiling announcement is an initial delivery order of $777,710. Work will be performed in Manoa, Hawaii, and is expected to be complete by May 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of a $777,710 will be obligated at initial delivery order and will not expire at the end of the current fiscal year. This contract is awarded pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulation 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-6400). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $32,324,635 firm-fixed-price contract for the execution of the medium auxiliary repair floating drydock (non-self-propelled) ARCO (ARDM 5) fiscal 2019 docking service craft overhaul availability. This availability will include a combination of maintenance, modernization and repair of the ARCO. This is a seven-month availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE will provide the facilities and human resources capable of completing, coordinating and integrating multiple areas of maintenance, repair and modernization. Work will be performed in San Diego, California, and is expected to be completed by March 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,324,635 will be obligated at time of award and 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 two offers received in response to solicitation N5523618R0011. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-19-C-0007). R. Stresau Laboratory Inc., Spooner, Wisconsin, is awarded a $19,982,892 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK18 MOD0 electric blasting caps and MK20 MOD2 electric squibs in support of the Navy, Army, Air Force, and Special Operations Command. The MK18 MOD0 electric blasting cap is initiated by an electric source such as a blasting machine or battery and is used in multiple explosives. The MK20 MOD2 electric squib is a stand-alone device used to ignite smokeless powder and pyrotechnic compositions used in electric demolition operations. Work will be performed in Spooner, Wisconsin, and is expected to be completed by April 2024. Fiscal 2018 and Fiscal 2019 procurement of ammunition (Air Force, Army, Navy, and Marine Corps) funding in the amount of $3,048,863 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 one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-19-D-JR66). AIR FORCE UES Inc., Dayton, Ohio (FA8650-19-D-2904); and University of Dayton Research Institute, Dayton, Ohio (FA8650-19-D-2905), have been awarded a not-to-exceed $99,000,000 indefinite-delivery/indefinite-quantity contract for scientific research. This contract provides for scientific exploration for the discovery and/or advancement of power, energy, thermal, integration and control (PETIC) technologies in order to develop enabling materials, processes, devices, modeling and simulation for advanced high performance military weapon systems and emerging applications. Work will be performed at the Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 21, 2024. This contract is the result of a competitive acquisition and two offers were received. Fiscal 2019 research and development funds in the amount of $4,341,500 are being obligated on task orders at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the DEFENSE LOGISTICS AGENCY Raytheon Co., McKinney, Texas, has been awarded a maximum $36,739,122 firm-fixed-price delivery order (SPRPA1-19-F-CB04) against a five-year basic ordering agreement (SPRPA1-19-G-CB01) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Sept. 30, 2022, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2022 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Serco Inc., Reston, Virginia, has been awarded a maximum $21,113,749 modification (P00011) exercising the second one-year option period of a one-year base contract (SP3300-17-C-5003) with four one-year option periods for chemical management services. This is a firm-fixed-price contract with cost-reimbursement and cost-plus-fixed-fee line items. Locations of performance are Virginia, North Carolina, Florida, and California with a May 15, 2020, performance completion date. Using customer is Defense Logistics Agency Aviation. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $9,048,256 firm-fixed price contract for TF-33 aircraft engine first stage turbine blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, six-month contract with no option periods. Location of performance is Connecticut, with an Oct. 29, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-19-F-0249). Safety Kleen Systems Inc., Richardson, Texas, has been awarded a maximum $8,334,836 firm-fixed-price, indefinite-quantity contract for engine lubricating oil. This was a competitive acquisition with one offer received. This is a one-year base contract with four one-year option periods. Locations of performance are Louisiana and California, with a May 12, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-D-0023). DEFENSE INFORMATION SYSTEMS AGENCY DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a sole-source, firm-fixed-price delivery order (HC1084-19-F-0145) with a face value and approximate total contract value of $28,600,000, under contract NNG15SC08B on the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement contract vehicle for additional Army installation kits and spares in support of the Army Program Executive Office Command, Control, and Communications-Tactical Project Manager, Mission Command. This action is funded by fiscal 2019 procurement funds. Performance is throughout the continental U.S. The contract period of performance is 12 months. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. ARMY Stanton Engineering Services LLC,* Columbia, Missouri, was awarded a $9,000,000 firm-fixed-price contract for architect and engineering fire protection support services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0026). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1846374/source/GovDelivery/

  • Bell 360 Invictus chosen to continue in U.S Army’s new scout rotorcraft competition

    March 27, 2020 | International, Aerospace

    Bell 360 Invictus chosen to continue in U.S Army’s new scout rotorcraft competition

    Fort Worth, Texas, March 25, 2020 – Bell Textron Inc., a Textron Inc. (NYSE: TXT) company, has been selected to continue its work on the U.S. Army's Future Attack Reconnaissance Aircraft (FARA) program. As part of the selection, Bell is designing, manufacturing, and testing the Bell 360 Invictus, a prototype rotorcraft designed to provide improved lethality, survivability, and extended reach for Army Aviation. This selection follows almost a full year of design and risk-reduction work by the Bell team as part of the initial contract phase. "The selection of the Bell 360 Invictus to continue in the FARA program builds on our decades-long legacy as an innovator in reconnaissance rotorcraft supporting the maneuver force," said Mitch Snyder, president and CEO of Bell. "Our team has applied innovative thinking with tested technology to give the Army a low-risk option to fulfill its requirements on an aggressive schedule." As part of the U.S. government's Future Vertical Lift (FVL) family of programs, the FARA competition seeks to test and acquire a next-generation attack reconnaissance aircraft to fill a critical capability gap identified by the Army on a rapid schedule. The Bell 360 addresses the requirements with a design optimized to achieve the performance, connectivity, sustainability, and reliability for soldiers to fight and operate in multi-domain operations. The aircraft is expected to meet or exceed the Army's requirements, using proven Bell technologies such as fly-by-wire flight controls, a proven articulated rotor design, and an innovative blade design to name a few. Additionally, Bell is partnered with industry leader Collins Aerospace to integrate a new generation of avionics hardware and software featuring cyber-hardened and digital backbone solutions to provide MOSA compliance in accordance with US Army FARA objectives. To ensure the team stays on schedule and on budget, Bell is using a digital design-as-built process. The team is able to connect and collaborate in a real-time digital environment to ensure alignment among all trades to facilitate smoother manufacturing, improve sustainability characteristics, and mitigate schedule risks. This process has been used and refined on Bell commercial projects, as well as during the recent U.S. Army Joint Multi-Role Technology Demonstrator program that produced the Bell V-280 Valor. "The Bell 360 Invictus will help the Army achieve and sustain overmatch against competitors with its new attack and reconnaissance capabilities," said Keith Flail, vice president of Advanced Vertical Lift Systems at Bell. "Our aircraft builds on Bell's legacy of providing ultra-reliable scout rotorcraft by keeping our aircraft affordable with an emphasis on simplifying processes to achieve a sustainable and maintainable aircraft for the warfighters." Initiated following contract award in 2019, the Bell 360 program is producing an advanced, scout aircraft to fulfill requirements set out by the Army FARA program. The Bell 360 design was revealed last October. The next generation design highlights Bell's intent to deliver exceptional performance using proven technologies to preserve schedule and control cost. To learn more about Bell 360 Invictus and FVL, please visit the Bell 360 Invictus website, and follow us on YouTube, LinkedIn, Twitter, Facebook, and Instagram. This research was partially funded by the Government under Agreement No. No. W911W6-19-9-0002. The U.S. Government is authorized to reproduce and distribute reprints for Government purposes notwithstanding any copyright notation thereon. The views and conclusions contained in this document are those of the authors and should not be interpreted as representing the official policies, either expressed or implied, of the Aviation Development Directorate, or the U.S. Government. ABOUT BELL Thinking above and beyond is what we do. For more than 80 years, we've been reimagining the experience of flight – and where it can take us. We are pioneers. We were the first to break the sound barrier and to certify a commercial helicopter. We were aboard NASA's first lunar mission and brought advanced tiltrotor systems to market. Today, we're defining the future of on-demand mobility. Headquartered in Fort Worth, Texas – as a wholly-owned subsidiary of Textron Inc., – we have strategic locations around the globe. And with nearly one quarter of our workforce having served, helping our military achieve their missions is a passion of ours. Above all, our breakthrough innovations deliver exceptional experiences to our customers. Efficiently. Reliably. And always, with safety at the forefront. ABOUT TEXTRON INC. Textron Inc. is a multi-industry company that leverages its global network of aircraft, defense, industrial and finance businesses to provide customers with innovative solutions and services. Textron is known around the world for its powerful brands such as Bell, Cessna, Beechcraft, Hawker, Jacobsen, Kautex, Lycoming, E-Z-GO, Arctic Cat, Textron Systems, and TRU Simulation + Training. For more information, visit: www.textron.com. Certain statements in this press release are forward-looking statements which may project revenues or describe strategies, goals, outlook or other non-historical matters; these statements speak only as of the date on which they are made, and we undertake no obligation to update or revise any forward-looking statements. These statements are subject to known and unknown risks, uncertainties, and other factors that may cause our actual results to differ materially from those expressed or implied by such forward-looking statements, including, but not limited to, the risk that the U.S. Army will not choose Bell's solution for the FARA program; the efficacy of research and development investments to develop new products or unanticipated expenses or delays in connection with the launching of significant new products or programs; changing priorities or reductions in the U.S. Government defense budget, including those related to military operations in foreign countries; changes in worldwide economic or political conditions that impact demand for our products, interest rates or foreign exchange rates; our ability to perform as anticipated and to control costs under contracts with the U.S. Government; the U.S. Government's ability to unilaterally modify or terminate its contracts with us for the U.S. Government's convenience or for our failure to perform, to change applicable procurement and accounting policies, or, under certain circumstances, to withhold payment or suspend or debar us as a contractor eligible to receive future contract awards; changes in foreign military funding priorities or budget constraints and determinations, or changes in government regulations or policies on the export and import of military and commercial products; and performance issues with key suppliers, subcontractors or business partners. View source version on Bell Textron Inc.: https://investor.textron.com/news/news-releases/press-release-details/2020/BELL-360-Invictus-Chosen-to-Continue-In-US-Armys-New-Scout-Rotorcraft-Competition/default.aspx

All news