Back to news

October 18, 2018 | International, C4ISR

Here’s when industry can expect to hear more on the Army’s tactical cloud

By:

The Army plans to respond to more than 70 proposals from industry on how to best take advantage of the tactical cloud before the end of the year.

As part of the service's efforts to modernize its tactical communications and network, the program office and the network cross functional team hosted an industry day in August in Raleigh, North Carolina. Army leaders discussed how to tell industry about the service's goals and to learn more about what industry can offer.

Army officials described the industry day as market research, noting that contracts might not come out of it.

“This is a technical exchange to help the Army solve complex problems,” Maj. Gen. Peter Gallagher, director of the network cross functional team told the audience during the August event. “This will not work without dialogue.”

The Army received 78 white papers in response to the two day tactical cloud event, according to an Oct. 17 tweet from Program Executive Office Command, Control, Communications – Tactical. Army leaders expect to finish reviewing the white papers by the end of October and plan to respond in late November.

Moreover, an Oct. 17 posting on the Federal Business Opportunities website noted that vendors with promising capability will receive an invitation for a no cost demo, around December and January. At these demonstrations, the posting said vendors will show their capability focused on three aspects;

- Technical maturity

- Operational relevance

- Technical ability to integrate into the Army's network design

Vendors will be expected to answer technical questions from a panel of government technical, program and operational subject matter experts, the post said, with government assessment leads presenting the demonstrations to the CFT and C3T leadership.

“As part of these outcomes, the Army will develop an experimentation/assessment plan as well as identification of possible resourcing for promising capabilities. If selected, vendors will be notified of next progressive steps,”. the post said.

https://www.c4isrnet.com/it-networks/2018/10/17/heres-when-industry-can-expect-to-hear-more-on-the-armys-tactical-cloud

On the same subject

  • Lockheed drops bid to design FFG(X)

    May 31, 2019 | International, Naval

    Lockheed drops bid to design FFG(X)

    By: Aaron Mehta WASHINGTON — Lockheed Martin has decided not to submit a version of its Freedom-class littoral combat ship for the Navy's next-gen frigate design competition. The contractor's move to abandon its bid to become the prime contractors on the FFG(X) deal leaves four rivals in the running — Huntington Ingalls Industries, Austal USA, Fincantieri and General Dynamics Bath Iron Works. But the world's largest defense firm still intends to bid on capabilities involved in the FFG(X). “After careful review, we have decided to focus our attention on the FFG(X) combat system, delivering Lockheed Martin technologies such as the Aegis-derived weapon system, MK 41 Vertical Launching System, anti-submarine warfare processing, and advanced electronic warfare,” the company said in a statement released late Tuesday. “We will continue to serve as a shipbuilder for the U.S. Navy, and we're exploring opportunities including unmanned surface vessels and the large surface combatant.” The news was first reported by USNI on Tuesday. The FFG(X) grew out of a 2014 requirement for an up-gunned frigate that could survive brutal combat at sea, a problem critics raise about the LCS, a vessel that was developed for sneaky missions near shorelines. The goal of the new frigate design is to both integrate with, and complement, the carrier strike group and operate as a distributed node in a sensor network, officials say. Planned capabilities include anti-surface warfare, anti-submarine warfare, electromagnetic maneuver warfare and air warfare. The Navy asked for $1.3 billion for the first FFG(X) hull in 2020 but estimates each subsequent frigate will run closer to $800 million. David B. Larter in Scotland contributed to this story https://www.defensenews.com/naval/2019/05/29/lockheed-declines-to-bid-for-ffgx-design

  • UK Maritime and Coastguard Agency to get latest radar technology from Leonardo

    May 22, 2020 | International, Security

    UK Maritime and Coastguard Agency to get latest radar technology from Leonardo

    Rome, May 21, 2020 - The UK Maritime and Coastguard Agency (MCA) will upgrade to Leonardo's latest Osprey radar to support missions such as search and rescue, border protection, fishery and pollution patrols. The Osprey 30 radar will be installed on-board the two customised Beechcraft King Air aircraft provided to the UK MCA by UK-based aviation services company 2Excel. Currently, the UK MCA is operating Leonardo's Seaspray 7300E radar, which has been employed to great effect in support of regular fishery and pollution patrols around the UK. The radar comes equipped with Leonardo's patented small target detection capability, allowing it to spot shipwrecked individuals in the water at long range, even in the most difficult environmental conditions and sea states. Additionally, the radar provides the ability for MCA crews to identify oil spills and rogue polluters at very long range, day or night. 2Excel will build on this success by equipping the MCA King Airs with Leonardo's second generation Osprey radar, the latest entry in its range of E-scan surveillance radars. Osprey benefits from all of the capabilities of the Company's Seaspray family whilst also adding additional modes and optimized overland and coastal imaging capabilities. This makes the radar ideally suited to mixed environment operations, such as along the coast. Traditionally, coastguard aircraft have used radars with restricted fields of view and limited detection capabilities, making searches laborious and resource-intensive. Leonardo's radars solve these problems. The Company is a world leader in E-scan, also known as AESA (Active Electronically-Scanned Array) technology, which uses a matrix of hundreds of tiny radar modules to ‘steer' an electronic beam, rather than mechanically moving the radar to point at a target. With a Leonardo E-Scan radar, crews can lift off, scan in 360 degrees and almost-instantaneously detect, track and classify hundreds of maritime contacts, allowing crews to quickly task cooperating aircraft to deeply search an area of interest. Other E-scan advantages include extremely high reliability, as the radar can continue to operate effectively throughout a mission even if a number of its individual radar modules fail. Customers in 30 countries have selected Leonardo's E-scan radars including the Seaspray and Osprey families, with the US Navy procuring the Osprey 30 radar for its Fire Scout unmanned helicopter programme. View source version on Leonardo: https://www.leonardocompany.com/en/press-release-detail/-/detail/21-05-2020-uk-maritime-and-coastguard-agency-to-get-latest-radar-technology-from-leonardo

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

    July 9, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

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

    DEFENSE INFORMATION SYSTEMS AGENCY Affinity Innovations LLC,* Hanover, Maryland (HC1047-19-D-2020); Applied Systems Engineering Joint Venture LLC,* Annapolis Junction, Maryland (HC1047-19-D-2021); A Square Group LLC,* Rockville, Maryland (HC1047-19-D-2022); Business Computers Management Consulting Group LLC,* Falls Church, Virginia (HC1047-19-D-2023); Bluestone Logic LLC,* Washington, District of Columbia (HC1047-19-D-2024); Credence Management Solutions LLC,* Vienna, Virginia (HC1047-19-D-2025); DHPC Technologies Inc.,* Woodbridge, New Jersey (HC1047-19-D-2026); InCadence Strategic Solutions Corp.,* Manassas, Virginia (HC1047-19-D-2027); INNOPLEX LLC,* Columbia, Maryland (HC1047-19-D-2028); Innovation Evolution Technologies JV LLC,* Reston, Virginia (HC1047-19-D-2029); Innovative Government Solutions JV LLC,* Virginia Beach, Virginia (HC1047-19-D-2030); Integrated Systems Inc.,* Tysons Corner, Virginia (HC1047-19-D-2031); Interactive Process Technology LLC,* Billerica, Massachusetts (HC1047-19-D-2032); Mission Support LP,* McLean, Virginia (HC1047-19-D-2033); NetCentric Technologies Inc.,* Wall, New Jersey (HC1047-19-D-2034); Riverside Engineering LLC,* Vienna, Virginia (HC1047-19-D-2035); Semper AASKI Alliance Inc.,* Canyon Lake, Texas (HC1047-19-D-2036); Superlative Technologies Inc.,* Ashburn, Virginia (HC1047-19-D-2037); Synergy Business Innovation & Solutions Inc.,* Arlington, Virginia (HC1047-19-D-2038); TekSynap Corp.,* Reston, Virginia (HC1047-19-D-2039); Tiber Creek Consulting Inc.,* Fairfax, Virginia (HC1047-19-D-2040); ValidaTek Inc.,* Arlington, Virginia (HC1047-19-D-2041); and VOLANT Associates LLC,* Chantilly, Virginia (HC1047-19-D-2042), were each awarded an indefinite-delivery/indefinite-quantity (ID/IQ) contract for Systems Engineering, Technology and Innovation (SETI). This was a competitive solicitation for a multiple-award ID/IQ contract. Two pools were solicited, one unrestricted and one restricted for small businesses. These awards are for the restricted pool. The contracts in the unrestricted pool were awarded on June 14, 2018. The face value of the entire ID/IQ is a ceiling amount of $7,500,000,000. Awardees will each receive a minimum guarantee of $500 applicable to the base ordering period only. All other funding will be obligated at the task order level. Performance locations will be identified at the task order level and may be worldwide. Proposals were solicited via the Federal Business Opportunities website and 99 proposals were received for the restricted pool. The period of performance is a five-year base period with one five-year option period. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity. NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $41,269,021 for modification P00002 to a previously awarded order (N00019-19-F-2474) placed against basic ordering agreement N00019-14-G-0020. This modification exercises an option for the design, procurement and integration of flight test instrumentation and data processing solutions for F-35 Lightning II development test aircraft to support the Tech Refresh-3 and the Follow on Modernization Block 4 mission systems configuration. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2021. Fiscal 2019 research, development, test and evaluation (Air Force) and non-U.S. Department of Defense (DoD) participant funds in the amount of $2,470,993 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($16,501,005; 40%); Navy ($8,250,503; 20%); Marine Corps ($8,250,503; 20%); and non-U.S. DoD participants ($8,267,010; 20%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Deloitte Consulting LLP, Arlington, Virginia, is awarded a $21,656,574 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $52,659,079. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0111). Serco Inc., Herndon, Virginia, is awarded an $18,163,831 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the U.S. Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $44,421,226. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0113). McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $17,594,138 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $42,574,062. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders and are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0112). Alutiiq Information Management LLC, Kodiak, Alaska, is awarded a $15,292,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for execution of sustainment and technical support for special projects and electronic systems for experimental, demonstration and developmental technology for the Navy, Department of Homeland Security, Customs and Border Protection and other government agencies. This is one of four multiple-award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two two-year option periods, which, if exercised, would bring the cumulative value of this contract to an estimated $36,742,366. Work will be performed in San Diego, California, and work is expected to be completed July 7, 2022. If all options are exercised, the period of performance would extend through July 7, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); and Department of Homeland Security. This contract was competitively procured via Request for Proposal N66001-18-R-0110, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Four offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0110). ARMY The Boeing Co., Mesa, Arizona, was awarded a $21,567,229 modification (P00004) to foreign military sales (United Kingdom) contract W58RGZ-17-D-0052 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Princeton Hydro LLC,* Ringoes, New Jersey, was awarded a $9,900,000 firm-fixed-price contract for architect-engineering services for navigation and flood damage projects. 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 July 7, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0003). DEFENSE LOGISTICS AGENCY Parker Hannifin Corp., Irvine, California, has been awarded a maximum $13,828,991 firm-fixed-price delivery order (SPRPA1-19-F-KP2V) against a five-year basic ordering agreement (SPE4A1-17-G-0011) for F/A-18 spare parts. 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 47-month contract with no option periods. Location of performance is California, with a June 30, 2023 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. UPDATE: Easy Street JD&S LLC, Carol Stream, Illinois (SPE8EC-19-D-0041), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0002 announced Nov. 8, 2016. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1898178/source/GovDelivery/

All news