Back to news

December 19, 2024 | International, C4ISR, Security

From Naturalization to Cyber Advocacy: CISA Region 3’s Chris Ramos Inspires New U.S. Citizens | CISA

In a poignant and impactful moment at a recent USCIS naturalization ceremony, CISA Region 3’s Cybersecurity Coordinator, Chris Ramos, shared heartfelt words and

https://www.cisa.gov/news-events/news/naturalization-cyber-advocacy-cisa-region-3s-chris-ramos-inspires-new-us-citizens

On the same subject

  • Contract Awards by US Department of Defense - March 12, 2020

    March 13, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - March 12, 2020

    NAVY Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,775,605,000 cost-plus-fixed fee modification to previously-awarded contract N00024-18-C-2130 for naval nuclear propulsion work at the Naval Nuclear Laboratory. Work will be performed in Schenectady, New York (52%); Pittsburgh, Pennsylvania (31%); Idaho Falls, Idaho (11%); and Charleston, South Carolina (6%). Fiscal 2020 operations and maintenance (Navy); fiscal 2019 and 2020 research, development, test and evaluation; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $290,784,372, will be obligated at time of award. Funding in the amount of $207,961,972 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Alliant Techsystems Operations LLC, Northridge, California, is awarded a $164,954,564 modification (P00004) to a previously awarded firm-fixed-price contract (N00019-19-C-0049). This modification exercises an option to procure Lot Nine, full rate production of Advanced Anti-Radiation Guided Missiles (AARGM). This modification includes the conversion of Advanced Guided Missle-88B High Speed Anti-Radiation Missiles into 253 AGM-88E AARGM all up rounds for the Navy, and two Captive Air Training Missiles for the government of Germany. Work will be performed in Northridge, California (80%); and Ridgecrest, California (20%), and is expected to be complete by March 2023. Fiscal 2020 weapons procurement (Navy) funds in the amount of $159,104,175; fiscal 2019 weapons procurement (Navy) funds in the amount of $4,599,179; and Foreign Military Sales funds in the amount of $1,251,210 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. Northrop Grumman Systems Corp., San Diego, California, is awarded an $86,225,713 modification (P00010) to a previously awarded cost-plus-fixed-fee contract (N00019-19-C-1020). This modification exercises options to provide sustainment, engineering, logistics and test support for MQ-4C Triton aircraft mission control and operator training systems. Work will be performed in Patuxent River, Maryland (45%); Jacksonville, Florida (25%); Andersen Air Force Base, Guam (20%); and Point Mugu, California (10%), and is expected to be complete by March 2021. In addition, this effort includes procurement of field service representative's technical support to ensure that the MQ-4C unmanned surveillance aircraft are mission-capable for intelligence, surveillance and reconnaissance missions supporting early operational capability. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $55,500,000; fiscal 2020 operations and maintenance (Navy) funds in the amount of $5,813,000; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $200,000 will be obligated at time of award, $5,813,000 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 $65,008,190 cost-plus-incentive-fee and cost-only modification to previously-awarded contract N00024-19-C-5603 for Ship Self-Defense System combat system engineering support. Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2022. Fiscal 2020 and 2019 operations and maintenance (Navy); fiscal 2020 and 2019 research, development, test and evaluation (Navy); fiscal 2020 and 2019 other procurement (Navy); and fiscal 2018, 2017 and 2016 shipbuilding and conversion (Navy) funding in the amount of $4,707,191 will be obligated at time of award. Funds in the amount of $727,389 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. R. A. Burch Construction Co. Inc.,* Ramona, California, is awarded $56,433,432 for a firm-fixed-price task order (N62473-20-F-4334) under a multiple award construction contract for the design-build construction of an alert force complex at Travis Air Force Base. Work will be performed in Fairfield, California, and is expected to be completed by May 2022. The work provides design and construction of a new alert force complex, including an alert force and security facility, military strategic and tactical relay facilities and aircraft maintenance repair and storage facilities. The project will construct a low-rise alert force facility with reinforced concrete masonry unit with filled cells for exterior walls, some interior walls, plaster exterior finish, reinforced concrete floors and a sloped standing seam metal roofing system over a concrete roof structure. The project also includes demolishing existing facilities, utilities and site elements, concrete pavement, new overhead tail pipe vehicle exhaust system, new air compressors and additional asphalt drives. Fiscal 2020 military construction, (Navy) contract funds in the amount of $56,433,432 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-D-5852). BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $12,697,209 modification (P00004) to a previously awarded firm-fixed-price contract (N00019-19-C-0052). This modification exercises an option to procure four OE-120B antenna groups, three retrofit kits and three delta installation and checkout kits for the Navy in support of the Air Traffic Control and Landing program office. Work will be performed in Nashua, New Hampshire, and is expected to be completed in May 2023. Additionally, this modification provides for the procurement of two OE-120B antenna groups for the government of Japan. Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $1,892,148; fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $170,058; fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $340,116; fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $5,676,444; fiscal 2020 other procurement (Navy) funds in the amount of $834,147; and Foreign Military Sales funds in the amount of $3,784,296 will be obligated at the time of award, $1,892,148 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded March 9, 2020) Northrop Grumman Systems Corp., Bethpage, New York, is awarded an $11,467,560 firm-fixed-price and fixed-price incentive (firm target) modification to a previously awarded contract (N00024-17-C-6311) for Airborne Laser Mine Detection System/Airborne Mine Neutralization System kits, Common Support Container Kits, and 20ft Reduced Weight Basic Outfitting Assembly to support the Littoral Combat Ship Mission Modules Program. Work will be performed in Portsmouth, Virginia (67%); and Bethpage, New York (33%), and is expected to be complete by November 2022. Fiscal 2020, 2019 and 2018 other procurement (Navy) funding in the amount of $11,467,560 will be obligated at time of award. Fiscal 2018 other procurement (Navy) funding in the amount of $1,363,591 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. T.E. Davis Construction Co.,* Jacksonville, North Carolina, is awarded $9,715,000 for a firm-fixed-price task order (N40085-20-F-4764) under a multiple award construction contract for renovations to four buildings at Camp Johnson, a satellite camp of Marine Corps Base Camp Lejeune. Work will be performed in Jacksonville, North Carolina, and is expected to be complete by August 2022. The work provides for complete renovation of four buildings, including site work, mechanical systems, plumbing, electrical, finishes, doors, windows, fire protection and incidental related work. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $9,715,000 are obligated on this award and will not expire at the end of the current fiscal year. This task order received six proposals. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6305). Raytheon BBN Technologies Corp., Cambridge, Massachusetts, is awarded a $9,321,564 performance based, cost-plus-fixed-fee, completion contract (N65236-20-C-8009). This contract is for research logistics and supply chain automated reasoning and information fusion, real-time demand forecasting and system resilience assessment. Work will be performed in Cambridge, Massachusetts (67%); Menlo Park, California (13%); Minneapolis, Minnesota (12%); Potsdam, New York (4%); and Tucson, Arizona (4%). Work is expected to be complete by September 2021. The contract will provide a distributed system that learns the logistics enterprise, estimates its operational state and provides predictive analytics to answer key diagnostic and prognostic questions about logistics performance, resilience, flexibility and survivability under a range of what-if scenarios. The contract includes an 18 month base period. Contract funds in the amount of $455,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The contract was competitively procured by full and open competition under the Defense Advanced Research Projects Agency Strategic Technology Office broad agency announcement (HR0011-19-S-0053) via the Federal Business Opportunities website, with nine timely offers received. The Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. Siemens Industry Software Inc., Milford, Ohio, is awarded an $8,651,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide various commercially-available Situation, Task, Action, and Results – Computational Continuum Mechanics software and add-on Hierarchical Evolutionary Engineering Design System and Amesim packages in support of the Aeromechanics and Thermal Analysis branch at the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, California. Work will be performed at the NAWCWD China Lake, California, and is expected to be completed in March 2025. Fiscal 2020 working capital (Navy) funds in the amount of $269,868 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The NAWCWD China Lake, California, is the contracting activity (N68936-20-D-0008). (Awarded March 9, 2020) AECOM Management Services Inc., Germantown, Maryland, is awarded an $8,161,962 modification (P00004) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N00019-18-C-1038). This modification exercises options to provide intelligence, surveillance, and reconnaissance support to the U.S. Central Command, the U.S. Naval Forces Central Command, and the Commander Task Force 57 in forward deployed locations to support on-going overseas contingency operations. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2021. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $8,161,962 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $8,006,737 modification (P00006) to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-1057). This modification exercises an option to continue phase one design maturity, analysis and test planning for the Stand-off Land Attack Missile - Expanded Response (SLAM-ER) production line in support of the government of Saudi Arabia. Work will be performed in St. Charles, Missouri (61%); Indianapolis, Indiana (15%); Melbourne, Florida (9%); Walled Lake, Michigan (8%); Windsor Locks, Connecticut (3%); and various locations within the continental U.S. (4%), and is expected to be completed in March 2020. Additionally, this modification replaces obsolete, nearly obsolete, or uneconomical parts to support production and improve future sustainment as part of the SLAM-ER obsolescence redesign program. Foreign Military Sales funds in the amount of $8,006,737 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. DEFENSE LOGISTICS AGENCY Alliant Enterprises LLC, doing business as Alliant Healthcare Products, Grand Rapids, Michigan, has been awarded a maximum $43,750,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies and wares. This was a competitive acquisition with 15 responses received. This is a five-year contract with no option periods. Location of performance is Michigan, with a March 11, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0007). Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $40,725,593 modification (P00001) to a four-year base contract (SPRTA1-19-D-0001) with one five-year option period adding pricing for the manufacture of B-2 aircraft liner production units. This is a firm-fixed price, indefinite-quantity contract. Locations of performance are Oklahoma, Utah and California, with a Sept. 1, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma. Old North Utility Services Inc., San Dimas, California, has been awarded a maximum $29,083,224 modification (P00250) to a 50-year contract (SP0600-07-C-8258) with no option periods for the water/wastewater utility service charge. This is a fixed-price with economic-price-adjustment contract. Locations of performance are California and North Carolina, with a Feb. 28, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2058 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. C. E. Niehoff & Co., Evanston, Illinois, has been awarded a maximum $11,199,440 firm-fixed-price, indefinite-quantity contract for engine regulators and generators. This is 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 base contract with two one-year option periods. Location of performance is Illinois, with a March 9, 2023, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0084). American Autoclave Co., Jasper, Georgia, has been awarded a maximum $7,425,759 firm-fixed-price contract for gas autoclaves. This was a competitive acquisition with two responses received. This is a one-year, three-month contract with no option periods. Location of performance is Georgia, with a May 22, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2014 (non-expiring) defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-20-C-0001). DEFENSE THREAT REDUCTION AGENCY Booz Allen Hamilton, McLean, Virginia, is issued a contract modification (HDTRA1-16-C-0012-P00036) to exercise Option Period Four line items with a ceiling value of $37,892,180, with an effective date of May 27, 2020. This does not include the value of the unexercised options. This contract is for advisory and assistance services in support of the Program Integration Division of the Cooperative Threat Reduction Program. Performance of this contract will take place at Lorton, Virginia; Fort Belvoir, Virginia; and at various locations throughout the world. The anticipated completion date of this option period is May 26, 2021. The contract was a competitive acquisition; the government received one offer. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity. ARMY General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $14,916,728 modification (P00037) to contract W58RGZ-19-C-0027 for instructor operators for the Gray Eagle performance based logistics contract. Work will be performed in Poway, California, with an estimated completion date of April 23, 2024. Fiscal 2019, 2020, 2021, 2022 and 2023 operations and maintenance funds, Army in the amount of $14,916,728 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. BFBC, Bozeman, Montana, was awarded a $12,613,244 modification (P00009) to contract W912PL-19-C-0014 for wall structure on a 100 year flood event assumption for the Yuma 1 bollard wall alignment. Work will be performed in El Centro, California, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 operations and maintenance, Army funds in the amount of $12,613,244 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. (Awarded March 9, 2020) DEFENSE INFORMATION SYSTEMS AGENCY General Dynamics Information Technology, Fairfax, Virginia, was awarded a firm-fixed-price task order (HC1013-20-F-0073) to support the Air Force Air Defense Communication Services (ADCS). The face value of this action is $7,171,537, funded by fiscal 2020 operations and maintenance funds. The total cumulative value of the order is $14,486,526. This task order was awarded under the competitively awarded, single-award blanket purchase agreement (HC1013-15-A-0004) against General Services Administration's Information Technology Schedule 70 contract for ADCS. The place of performance is throughout the continental U.S., as well as Alaska, Hawaii and Guam. The period of performance for this action is April 1, 2020, to March 31, 2021. There are two six-month option periods from April 1, 2021, to March 31, 2022. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2110663/source/GovDelivery/

  • Contract Awards by US Department of Defense - November 9, 2020

    November 10, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 9, 2020

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $657,200,000 undefinitized contract action modification (P00025) to contract FA8634-18-C-2701 for the F-15Q Qatar program. The contract modification provides a comprehensive sparing program and contractor logistics support for the sustainment of the F-15QA aircraft. Logistical support for training devices and administrative costs are also included in this modification. Work will be performed in Al-Udeid Air Base, Qatar. Foreign Military Sales funds in the amount of $55,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $8,040,659,061. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, has been awarded a $258,311,000 firm-fixed-price contract for Evolved Strategic Satellite Communication (ESS) contract. This contract will develop a prototype payload and conclude in a hardware and software in-the-loop, end-to-end demonstration. Work will be performed in Denver, Colorado, and is expected to be completed June 2025. This contract is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $29,447,172 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-21-C-0015). Raytheon Integrated Defense Solutions, Tewksbury, Massachusetts, has been awarded a $77,639,897 fixed-price, incentive-firm contract with firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable and time and material contract line item numbers for the Qatar Air Operations Center (AOC) upgrade. The contract is to upgrade the AOC and alternate AOC (AAOC), which includes the procurement of hardware and software, engineering services, installation, integration, and testing of AOC and AAOC components, end-user training, spares and help desk support outside the continental U.S. Work will be performed in Tewksbury, Massachusetts; and Al Udeid Air Base, Qatar, and is expected to be completed March 31, 2025. This award is the result of a directed sole-source acquisition. Foreign Military Sales funds in the amount of $77,639,897 are obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-21-C-0005). Raytheon Co., Fort Wayne, Indiana, has been awarded a $33,899,323 cost-plus-fixed-fee contract to the Airborne Warning and Control System (AWACS) Combat Identification (CID) Alpha Phase One effort. This contract upgrades the current AWACS System to meet evolving threat capabilities and to address diminishing manufacturing sources material shortages issues with the currently fielded AWACS System. Work will be performed at Raytheon in Fort Wayne, Indiana, and is expected to be completed May 2022. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds have been obligated in the amount of $4,864,480 prior to definitization. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0016). Space Exploration Technologies Corp., Hawthorne, California, has been awarded $29,643,567 in firm-fixed-price task orders under the National Security Space Launch Phase 2 contract. These task orders provide early integration studies and fleet surveillance for non-national security space missions. Work will be performed in Hawthorne, California; Vandenberg Air Force Base, California; and Cape Canaveral Air Force Station, Florida, and is expected to be completed by Aug. 19, 2021. Fiscal 2020 missile procurement funds in the amount of $7,307,274; and fiscal 2020 space procurement funds in the amount of $22,336,293 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-21-F-0002). NAVY General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $138,545,759, firm-fixed-price contract for the execution of the USS New York (LPD 21) fiscal 2021 docking selected restricted availability (DSRA). This availability will include a combination of maintenance, modernization and repair of the USS New York (LPD 21). This is a Chief of Naval Operations scheduled DSRA. The purpose is to maintain, modernize, and repair the USS New York (LPD 21). This is a “long-term” docking availability and was solicited on a coast-wide (East and Gulf coasts) basis without limiting the place of performance to the vessel's homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS New York (LPD 21). This contract includes options which, if exercised, would bring the cumulative value of this contract to $161,341,858. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $138,545,759 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; two competitive proposals were received in response to Solicitation No. N00024-20-R-4417. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4417). Three Wire Systems LLC, Falls Church, Virginia, is awarded a multiple-award, firm-fixed-price Department of Defense Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms' General Services Administration (GSA) Federal Supply Schedule contract GS-35F-0300T. The estimated overall value of this BPA is $74,500,000. DOD ESI is a joint DOD project to streamline the acquisition process and provide information technology (IT) products and selected services that are compliant with applicable standards and represent the best value for DOD. Under ESI, the DOD leverages aggregate buying power to establish enterprise agreements with IT manufacturers and resellers for high demand, commercial off-the-shelf IT products and services. This awardee will join the rest of the fiscal 2018 multiple awardees Carahsoft (Reston, Virginia); Immix (McLean, Virginia); and Alamo City Engineering Services (San Antonio, Texas), to provide commercially available Forescout brand-name software licenses, proprietary appliances, and maintenance support to the DOD, intelligence community, and Coast Guard. The products offered through this BPA will meet functional requirements and capabilities in the following categories: Forescout Integration Modules, CounterAct, Forescout Training and Solution Support, and ActiveCare Support Services. The ordering period will be from Nov. 9, 2020, to Dec. 20, 2022. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated via delivery orders using operation and maintenance (DOD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. One offer was received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-A-0030). ESG Aerosystems Inc., Starke, Florida, is awarded a $64,773,941 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to develop a curriculum and facilitate training for P-3 aircrew positions including copilots, patrol plane commander, instructor pilot, flight engineer, instructor flight engineer, and flight currency training in support of Naval Education and Training Security Assistance Field Activity's applicable field units and other program offices and stakeholders. The contract includes a five-year ordering period with no options and is expected to be completed by November 2025. Work will be performed in Starke, Florida (80%); and Jacksonville, Florida (20%). This effort is 100% funded by Federal Republic of Germany funds under the Foreign Military Sales program. Funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation (FAR) 5.202(a)(3) with one offer received under authority of FAR 6.302-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-21-D-Z007). AERMOR LLC,* Virginia Beach, Virginia, is awarded $44,913,739 for a firm-fixed-price indefinite-delivery/indefinite-quantity contract to provide test and evaluation support services for Commander, Operational Test & Evaluation Force Surface Warfare Division. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $49,901,968. The base ordering period is expected to be completed by November 2025. If the option is exercised, the ordering period will be completed by May 2026. All work will be performed in Norfolk, Virginia. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov as a service-disabled veteran-owned small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk, Virginia, is the contracting activity (N00189-21-D-G001). L-3 Technologies Inc., Salt Lake City, Utah, is awarded a $10,364,080 modification (P00024) to a previously awarded firm-fixed-price contract (N00019-18-C-1030). This modification exercises options to procure six AN/SRQ-4 kits and associated components for the MH-60 Common Data Link system for Foreign Military Sales (FMS) customers. Work will be performed in Salt Lake City, Utah, and is expected to be completed in December 2022. FMS funds in the amount of $9,560,101 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. William Marsh Rice University, Houston, Texas, is awarded an 18-month contract option valued at $9,776,246 under an existing cost-reimbursement contract (N66001-19-C-4020) for development of a high resolution neural interface that does not require surgery. The Next-Generation Non-Surgical Neurotechnology program seeks to broaden applicability of neural interfaces to facilitate multi-tasking at the speed of thought and interface with smart decision aids to achieve a neural link capable of high spatial and temporal resolution currently only possible using surgically implanted devices. Exercise of this option increases the overall value of this contract to $13,805,336. Work will be performed at the contractor's facilities in Houston, Texas (29%); Waco, Texas (33%); New York, New York (20%); New Haven, Connecticut (15%); and Durham, North Carolina (3%). The period of performance is from Nov. 9, 2020, through May 31, 2022. Fiscal 2021 research, development, test and evaluation (Navy) funding in the amount of $2,888,123 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 a Defense Advanced Research Projects Agency broad agency announcement solicitation published on the beta.SAM.gov website. Nineteen proposals were received and six were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-C-4020). Barnhart-Reese Construction Inc.,* San Diego, California, is awarded a firm-fixed-price task order (N6247321F4085) at $8,061,699 under a multiple award construction contract for design-build repair/renovation of Mess Hall Building 2403 at Marine Corps Base Camp Pendleton. The task order also contains two planned modifications which, if exercised, would increase the cumulative task order value to $8,120,128. The scope of work includes replacement of plumbing systems and floor finishes, reconfiguring kitchen and serving spaces to align with current serving methodologies, removing wasted storage and office areas, relocating portable refrigerated reefers to the interior of the existing facility, replacing broken heating, ventilation and air conditioning, and cooling condensers in the food preparation areas, and removing disused built-ins. The planned modifications, if issued, provide for furniture, fixtures, and equipment and audio/visual. Work will be performed in Oceanside, California, and is expected to be completed by November 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,061,699 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). L-3 Electron Devices Inc., Torrance, California, is awarded a $7,860,000 for a firm-fixed-price delivery order (N00383-21-F-NR00) under a previously awarded basic ordering agreement (N00383-18-G-NR01) for the repair of the guided traveling wave tube in support of the F/A-18 aircraft. All work will be performed in Torrance, California and is expected to be completed by February 2021. Fiscal 2021 working capital (Navy) funds in the full amount of $7,860,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2410227/source/GovDelivery/

  • Estonian robotics firm offers new variant to help in Ukraine

    September 14, 2023 | International, C4ISR

    Estonian robotics firm offers new variant to help in Ukraine

    Estonia’s Milrem Robotics has developed a variant of its unmanned ground vehicle that comes fitted with a loitering ammunition launcher.

All news