Back to news

February 12, 2020 | International, Land, C4ISR

Leonardo DRS Wins Contract worth up to $808 Million to Provide C5ISR Interconnection Equipment

Arlington, Va, February 10, 2020 - Leonardo DRS, Inc. announced today that it has been awarded a contract worth up to $808 million to provide a suite of electronic products to link C5ISR equipment to combat vehicles across the armed services and to satisfy interconnection requirements for federal agencies.

Under the indefinite delivery/indefinite quantity Interconnection Equipment Contract from the Defense Logistics Agency Land, Aberdeen Proving Ground, MD, Leonardo DRS would deliver wiring harnesses, installation kits, cable assemblies, cabling, connectors and services. The products will be delivered to the Department of Defense and other federal agencies in the United States government.

The products are key components of U.S. military vehicle architectures and are used to connect vehicle C5ISR systems, tactical computer systems, networks, radio systems, and weapon systems.

“We are pleased to have been awarded this opportunity to continue our proud legacy as a provider of critical core equipment necessary to the reliable operation of Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance systems for our men and women in uniform,” said Bill Guyan, senior vice president and general manager of the Leonardo DRS Land Electronics business. “By leveraging our manufacturing center of excellence, we are able to provide best-value high-quality products with on-time delivery to our customers.”

ABOUT LEONARDO DRS

Leonardo DRS is a prime contractor, leading technology innovator and supplier of integrated products, services and support to military forces, intelligence agencies and defense contractors worldwide. Its Land Electronics business unit Provides C4I Network computing and integrated situational awareness, as well as state-of-the-art embedded diagnostics, vehicle power management and combat vehicle integration products and services. Headquartered in Arlington, Virginia, Leonardo DRS is a wholly owned subsidiary of Leonardo S.p.A. See the full range of capabilities at www.LeonardoDRS.com and on Twitter @LeonardoDRSnews.

MEDIA ENQUIRES

Michael Mount
Senior Director, Public Affairs
mmount@drs.com
+1 571 447 4624

View source version on Leonardo DRS: https://www.leonardodrs.com/news/press-releases/leonardo-drs-wins-contract-worth-up-to-808-million-to-provide-c5isr-interconnection-equipment/

On the same subject

  • Contract Awards by US Department of Defense - November 25, 2020

    November 26, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 25, 2020

    AIR FORCE Northrop Grumman Systems Corp., San Diego, California, has been awarded a $4,800,000,000 indefinite-delivery/indefinite-quantity contract for Global Hawk development, modernization, retrofit and sustainment activities for all Air Force Global Hawk variants. This contract provides for management, including program, business and technical areas; engineering efforts, including configuration management, data management, reliability, availability and maintainability, and related areas of concern such as technical refresh, diminishing manufacturing sources, etc.; studies and analyses; design, development, integration, test and evaluation; contract/production line closeout/shutdown; training; sparing; overseas contingency operations support; fielding; cyber security/information assurance; interoperability support; facilities modifications/renovation; integrated logistics support; requirements management specification management; and quality assurance. Additional, and more specific, guidance will be included within each individual delivery order/task order statement of work and performance work statement regarding these and other tasks. This contract provides flexibility to accommodate the broad enterprise of activities associated with the Global Hawk program. Work will be performed in San Diego, California, and is expected to be completed Sept. 30, 2030. This award is the result of a sole-source acquisition. Multiple fiscal years and types of funds will be used for this contract. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the primary contracting activity (FA8690-21-D-1009). Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded a $453,057,000 indefinite-delivery/indefinite-quantity contract for the aircraft engine Component Improvement Program. This contract provides for the following work: the Component Improvement Program establishes prioritized list of projects each calendar year to include developing engineering changes to the engines, developing organizational, intermediate and depot level repairs as needed, and designing modifications to existing support equipment as well as initiating new support equipment designs as required by engine driven changes. The program also provides support to resolve service-revealed deficiencies and maintain or extend the life limits of aircraft engines. Work will be performed in East Hartford, Connecticut, and is expected to be completed Dec. 31, 2029. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $557,347 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8626-21-D-0001). The Boeing Co., Oklahoma City, Oklahoma, has been awarded Option Five to its indefinite-delivery/indefinite-quantity contract FA8106-16-D-0002 under order FA8134-21-F-0001, in the estimated amount of $196,477,863. The Option Five exercise will provide E4B program management, field service representatives, system integration laboratory support, emergency support, spare procurement, spare repair and overhaul, engine sustainment and scheduled and unscheduled depot maintenance. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska; and San Antonio, Texas, and is expected to be completed Nov. 30, 2021. This contract is a sole-source order. Fiscal 2021 operation and maintenance funds in the amount of $75,677,863 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity. Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $42,100,000 undefinitized modification (P00016) to contract FA8682-18-C-0009 for the Joint Air-to-Surface Standoff Missile (JASSM) group one development. This contract modification supports the Global Positioning System receiver development and the development of the missile control unit gigabit cables. Work will be performed in Orlando, Florida, and is expected to be completed Dec. 31, 2023. Fiscal 2020 procurement; and fiscal 2020 research, development, test and evaluation funds in the amount of $6,774,932 are being obligated at the time of award. Total cumulative face value of the contract is $214,912,654. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $188,572,655 modification (P00010) exercising the second one-year option period of a one-year base contract (SPRPA1-17-D-009U) with four one-year option periods for performance-based logistics and engineering support for the V-22 platform. This is a firm-fixed-price requirements contract. Locations of performance are Maryland, Texas and Pennsylvania, with a Nov. 30, 2021, performance completion date. Using customers are Air Force, Navy, Marine Corps and military services in Japan. Type of appropriation is fiscal 2021 through 2022 (Air Force, Navy, Special Operations Command and Foreign Military Sales) appropriated funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. SupplyCore Inc.,* Rockford, Illinois (SPE8E3-21-D-0001, $90,000,000); and Noble Supply and Logistics,* Rockland, Massachusetts (SPE8E3-21-D-0002, $90,000,000) have each been awarded a firm-fixed-price contract under solicitation SPE8EG-13-R-0002 for facilities maintenance, repair and operations. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. They are 365-day bridge contracts with no option periods. Locations of performance are Illinois, Massachusetts, Mississippi, Alabama, Florida, North Carolina, South Carolina, Georgia and Tennessee, with a Nov. 28, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an estimated $16,881,210 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to add pricing for the repair of modular receiver exciters and common radar processor components and other depot-level reparable items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with one five-year option period. Location of performance is Maryland, with a Sept. 9, 2023, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2023 Air Force operation and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-21-D-0001). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $7,788,263 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-20-D-1213) with four one-year option periods for men's broadfall trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New York and North Carolina, with a Nov. 24, 2021, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Adept Process Services Inc. (APS Marine), National City, California (N55236-21-D-0001); Amee Bay LLC, Hanahan, South Carolina (N55236-21-D-0002); Delphinus Engineering Inc., Eddystone, Pennsylvania (N55236-21-D-0003); Epsilon Systems Solutions Inc., San Diego, California (N55236-21-D-0004); Integrated Marine Services Inc., Chula Vista, California (N55236-21-D-0005); Marine Group Boat Works LLC, Chula Vista, California (N55236-21-D-0006); Q.E.D. Systems Inc., Virginia Beach, Virginia (N55236-21-D-0007); and Willard Marine Inc., Anaheim, California (N55235-21-D-0008), are awarded an overall maximum ceiling value of $64,349,360 in firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with a five base year ordering period to provide marine boatyard services (Lot 1) including specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, and lighterage/service crafts that can be transported via roadway by a trailer that is less than 15 meters or 50 feet in length. It includes their associated systems (i.e., hull, mechanical, electrical and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance. These eight companies will have an opportunity to compete for individual delivery orders. Work will be performed within the San Diego-Los Angeles County areas. These contracts have a five-year base ordering period and work is expected to be completed by November 2025. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $80,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract's initial delivery order and funding will expire at the end of the current fiscal year. These contracts were competitively procured via the beta.sam.gov website; nine offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Barnhart-Reese Construction Inc.,* San Diego, California, is awarded firm-fixed-price task order N62473-21-F-4139 at $15,814,642 under a multiple award construction contract for design-build repair to Bachelors Enlisted Quarters (BEQ) Building 210905 at Marine Corps Base Camp Pendleton, California. The scope of work includes repairs to building subsurface slab and waste line; interior walls, doors, floors, shower enclosures and restroom fixtures; exterior doors and hardware, downspouts, gutters, cracks on walls and balconies, paint walls and rails; electrical lines and walkways; provides an air-cooled chiller, pumps, controls and associated appurtenances; and any incidental related work. Work will be performed in Oceanside, California, and is expected to be completed by June 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $15,814,642 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-4629). Innovative Defense Technologies,* Arlington, Virginia, is awarded a $14,071,754 cost-plus-fixed-fee contract for automated test and analysis capability supporting Navy surface combatant combat system development. Work will be performed in Arlington, Virginia (50%); and Mount Laurel, New Jersey (50%), and is expected to be completed by November 2021. This contract includes options, which if exercised, would bring the cumulative value of this contract to $90,490,587 and be completed in November 2025. Fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $500,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(5). This award is the result of a Small Business Innovative Research Phase III sole-source acquisition. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5100). Perspecta Engineering Inc., Chantilly, Virginia, is awarded a $9,731,342 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering services in support of test and evaluation and systems engineering activities related to AEGIS Ballistic Missile Defense on behalf of the Missile Defense Agency. Work will be performed in Kauai, Hawaii (90%); Oahu, Hawaii (4%); Santa Clara, California (3%); Point Mugu, California (2%); and Chantilly, Virginia (1%). Work is expected to be completed in November 2025. No funds will be obligated at the time of award and funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-21-D-0007). Bristol Engineering Services Co. LLC,* Anchorage, Alaska, is awarded firm-fixed-price task order N62473-21-F-4135 at $8,257,745 under a multiple award construction contract for construction and repair of natural gas lines at Marine Corps Air Ground Combat Center, Twentynine Palms, California. The work to be performed provides for construction and repair of high pressure natural gas systems' main and laterals lines. This project repairs approximately 108,000 linear feet of underground high pressure (400 psi) main piping, medium pressure piping, and low pressure (45 to 20 psi) branch natural gas piping system. Work will be performed in Twentynine Palms, California, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $8,257,745 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N39430-20-D-2221). ARMY Northrop Grumman Systems Corp., Herndon, Virginia, was awarded an $11,538,508 modification (P00014) to contract W911S0-18-C-0004 to provide mission support for planning, coordination and execution of exercises conducted by the Army's Mission Command Training Program. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Oct. 14, 2024. Fiscal 2021 operation and maintenance (Army) funds in the amount of $11,538,508 were obligated at the time of the award. The U.S. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2428368/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 09, 2020

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

    Contract Awards by US Department of Defense - July 09, 2020

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $56,100,000 not-to-exceed, undefinitized contract modification (P00018) to previously awarded cost-plus-incentive-fee contract N00019-19-C-0010. This modification provides systems integration engineering support and procures long lead material to ensure the ASQ-239 electronic warfare/countermeasures production capability remains on track to meet Lot 17 deliveries. This modification provides for the continuation of Block 4 electronic warfare development without creating a gap in engineering resources in support of the Navy, Air Force and non-Department of Defense (DOD) participants. Work will be performed in Nashua, New Hampshire (85%); and Fort Worth, Texas (15%), and is expected to be completed by December 2020. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,986,000; fiscal 2020 research, development, test and evaluation (Air Force) funds in the amount of $6,986,000; and non-DOD participant funds in the amount of $3,026,680, 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. Liberty JV,* Yuma, Arizona, is awarded a $40,000,000 maximum amount, indefinite-delivery/indefinite-quantity architect-engineering contract for environmental restoration projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). No task orders are being issued at this time. Work will be performed at various government installations within the NAVFAC AOR including, but not limited to, Washington (75%); Alaska (22%); Idaho (1%); Montana (1%); and Oregon (1%). The work to be performed provides for environmental restoration services under the Defense Department's Environmental Restoration Program, which includes the Installation Restoration Program and Munitions Response Program, complies with the Comprehensive Environmental Response, Compensation and Liability Act, and supports the Navy and Marine Corps base realignment and closure effort and similarly complex local and state environmental investigations. The term of the contract is not to exceed 60 months and work is expected to be completed by July 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $1,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by environmental restoration (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and four proposals were received. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-20-D-5006). Jacobs-EwingCole JV, Pasadena, California, is awarded a $29,944,543 firm-fixed-price task order (N62473-20-F-4714) under an indefinite-delivery/indefinite-quantity contract for post-award design services (PADS) and post-construction award services (PCAS) to support multiple construction projects related to the fiscal 2020 and 2021 military construction (MILCON) earthquake recovery and repair program at Naval Air Weapons Station (NAWS), China Lake, California. The task order also contains one unexercised option, which if exercised, will increase cumulative task order value to $36,456,778. Work will be performed in Ridgecrest, California. The work to be performed provides for PADS and PCAS for various fiscal 2020 and 2021 MILCON and repair projects; 18 MILCON projects; and 25 repair projects will be constructed at NAWS China Lake as a part of the earthquake recovery program. The contractor will provide architect-engineer services to address any post-award design and construction related issues for the MILCON and repair projects. The contractor will also provide assistance to the government during the development of responses and requests for information from the contractors performing the construction effort for the projects. Work is expected to be completed by April 2024. Fiscal 2020 MILCON (Navy) contract funds in the amount of $29,944,543 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5801). Salient CRGT Inc., Fairfax, Virginia, is awarded a $21,984,298 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract to provide support with program management, program planning and execution, Joint Staff actions process training, Actions Division customer service help desk services, strategic planning and analysis assistance, correspondence management and communications and editorial functions in support of the Joint Staff Actions Division. The contract will include a 60-month base ordering period, with no option period. Work will be performed in Arlington, Virginia (85%); Fairfax, Virginia (10%); and Suffolk, Virginia (5%). The ordering period will be completed by July 2025. Fiscal 2020 operations and maintenance (O&M) (Defense-wide) (DW) funds in the amount of $10,000 will be obligated to fund the contract's minimum amount and will expire at the end of the current fiscal year. Subsequent task orders will be funded with the appropriate fiscal year O&M, DW funds. This contract was competitively procured with the solicitation posted through Navy Electronic Commerce Online and beta.SAM.gov website and 15 offers were received. The Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-D-Z023). Lockheed Martin, Baltimore, Maryland, is awarded a $16,345,048 firm-fixed-price contract for the refurbishment of rocket motors and thrust vector control used on vertical launch assemblies for anti-submarine rocket assisted torpedoes. If the option is exercised, the work will be completed by July 2023, bringing the total value of the contract to $30,630,048. Work will be performed in Baltimore, Maryland (44%); Dulles, Virginia (29%); and Owego, New York (27%). The base period of this contract is expected to be completed by October 2022. Weapons procurement funds (Navy) in the full amount of $16,345,048 will be obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) and one offer was received. The Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-20-C-K045). DEFENSE LOGISTICS AGENCY AM General LLC, South Bend, Indiana, has been awarded a maximum $44,095,015 firm-fixed-price requirements contract for High Mobility Multi-Purpose Wheeled Vehicle diesel engines with containers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is Indiana, with a July 8, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0118). Marlex Pharmaceuticals Inc., New Castle, Delaware, has been awarded a maximum $9,274,712 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. Location of performance is Delaware, with a July 8, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0008). ARMY VS2 LLC, Alexandria, Virginia, was awarded a $36,672,648 cost-plus-fixed-fee contract for logistics support services (maintenance, supply and transportation) at Fort Benning, Georgia. Bids were solicited via the internet with nine received. Work will be performed in Chattahoochee, Georgia, with an estimated completion date of July 8, 2025. Fiscal 2020 operations and maintenance (Army) funds in the amount of $2,077,440 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-F-0305). Manson Construction Co., Seattle, Washington, was awarded an $8,330,800 firm-fixed-price contract for dredge work in the Mississippi River. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of Oct. 30, 2021. Fiscal 2020 civil operations and maintenance funds in the amount of $8,330,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0030). DEFENSE INTELLIGENCE AGENCY IT Concepts Inc., Vienna, Virginia, was awarded a $26,308,755 labor-hour contract (HHM402-20-C-0038) to develop, update, sustain, operate and enhance a software tool capability to be used by members of the acquisition, requirements, operational and intelligence communities to support and aid in the identification of intelligence requirements, management of priorities, planning and production of intelligence products, enterprise data analytics, communication and other associated processes. Work will be conducted in Vienna and Charlottesville, Virginia, with an expected completion date of June 2025. Fiscal 2020 operations and management funds in the amount of $1,023,586 are being obligated at time of award. This contract was awarded through an 8(a) set-aside and five offers were received. The Virginia Contracting Activity, Washington, D.C., is the contracting activity. AIR FORCE Innovative Scientific Solutions Inc., Dayton, Ohio, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity modification (P00005) to contract FA8650-13-D-2343 for advanced propulsion concepts and cycles research and development. Work will be performed in Dayton, Ohio, and is expected to be completed June 18, 2022. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,750,000 are being obligated at the time of award under task order FA8650-17-F-2009. Total cumulative face value of the contract is not-to-exceed $64,560,000. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Ball Aerospace & Technologies Corp., Beavercreek, Ohio, has been awarded a $7,687,489 cost-plus-fixed-fee contract for Infrared Radiation Effects Laboratory (IRREL) operation and improvements program. The objective of this effort is to provide radiometric and radiation characterizations of focal plane arrays (FPAs) and associated devices. The effort includes developing innovative techniques to advance the state of the art in the characterization of infrared and visible FPAs and associated devices. These innovative techniques include the development of characterization and analytical techniques, test hardware and operational and test procedures that advance the experimental capabilities of the IRREL. Work will be performed in Albuquerque, New Mexico, and is expected to be completed Oct. 10, 2025. This award is the result of a competitive acquisition with one offer received. Fiscal 2020 research, development, test and evaluation funds in the amount of $150,000 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-20-C-0015). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2269384/source/GovDelivery/

  • Army Makes Prudent Cuts Funding for Research Procurement

    May 31, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

    Army Makes Prudent Cuts Funding for Research Procurement

    Army Makes Prudent Cuts Funding for Research Procurement

All news