Back to news

August 17, 2018 | International, C4ISR

Lockheed Takes Another Shot at Multi Domain War

By

SUFFOLK, VA: Multi-domain command and control, one of the most important efforts the Pentagon is pursuing, is getting plumbed again by Lockheed Martin at its fourth wargame this week where the company will be testing four systems it believes can fuse data from sensors around the world and allow rapid communications to troops.

“Integrated teams” of air, space, and cyber experts representing the transparently named country of “Pacifica” will be planning missions and creating kinetic and non-kinetic effects. That's a major shift from the war game I attend a year ago, when separate groups of space, cyber and air tried to work together through a command and control unit.

As Breaking D readers may remember, it didn't work quite as planned. During the war game, the organizers separated the air, cyber and space teams, forcing them to communicate directly with the MDC2 leaders. While central coordination was necessary, so was close consultation between those managing both the conventional attacks and the silent strikes using cyber, electronic warfare and satellites as weapons. Hence the change.

Here'a a quick summary of the systems Lockheed will be putting through their paces.

Common Mission Software Baseline (CMSB): An open systems architecture, CMSB is a cluster of automated decision aids that link operational planning to tactical execution — in a multi-domain context. Most interestingly, it reaches all the way down to the tactical level and includes tactical decision aides and tools.

Cyber Attack Network Simulator (CANS): This is an internal Lockheed system that simulates cyber-attacks over a network. After all, you don't want Lockheed networks crashing when the teams launch a simulated attack.

Full article: https://breakingdefense.com/2018/08/lockheed-takes-another-shot-at-multi-domain-war

On the same subject

  • Contract Awards by US Department of Defense - September 17, 2019

    September 18, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 17, 2019

    AIR FORCE The Aerospace Corp., El Segundo, California, has been awarded a $1,084,529,525 modification (P00017) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community. This contract modification provides for the exercise of Option Year One for fiscal 2020 services being procured under the multiple year contract. Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2020. Total cumulative face value of the contract is $2,158,348,065. Fiscal 2020 research and development funds are being used and no funds are being obligated at the time of the award. The Space and Missile Systems Center, El Segundo, California, is the contracting activity. Semper Tek Inc., Lexington, Kentucky (FA8501-19-D-A010); Construction Services Group Inc., Charleston, South Carolina (FA8501-19-D-A011); Kmk Construction Inc., Jacksonville, Florida (FA8501-19-D-A012); Charlton Enterprise Inc., Folkston, Georgia (FA8501-19-D-A013); and York-Brawley JV LLC, Yorktown, Virginia (FA8501-19-D-A014), have been awarded a maximum value of $95,000,000, multiple-award, indefinite-delivery/indefinite-quantity, civil engineer multiple award construction contract. This contract supports operational design and construction contract efforts to provide 78th Civil Engineering Group the capability to have design and construction maintained in a short time frame. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by March 30, 2025. This award is the result of a competitive acquisition and 20 offers were received. No funds have been obligated to the contract; task orders will be funded with operations and maintenance funds. The Air Force Material Command Operational Contracting, Robins Air Force Base, Georgia is the contracting activity. Gulfstream Aerospace, Savannah, Georgia, has been awarded a $31,899,999 firm-fixed-price task order against contract FA8134-19-D-0001 for the Gulfstream aircraft order and contractor logistic support (CLS) for Philippines Air Force. This order is for the purchase of one Gulfstream aircraft, parts, tooling and two years of CLS for sustainment of the aircraft. Work will be performed at Manila, Philippines, and is expected to be completed by May 31, 2022. This award is the result of a sole source acquisition. This contract involves 100% foreign military sales to the Philippines. The total cumulative face value of the contract is $2,070,000,000. Foreign Military Sales funding in the amount of $31,899,999 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-19-F-2500). Major Tool and Machine Inc., Indianapolis, Indiana, has been awarded a not-to-exceed $9,339,200 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0013 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Indianapolis, Indiana, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,339,200 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. General Dynamics – Ordnance and Tactical Systems, Garland, Texas, has been awarded a not-to-exceed $9,691,384 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0015 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Garland, Texas, and is expected to be complete by April 30, 2020. Fiscal 2019 procurement funds in the amount of $9,691,384 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Alliant TechSystems Operations LLC – ATK Tactical Propulsion and Control, Rocket Center, West Virginia, has been awarded a not-to-exceed $8,762,690 firm-fixed-price contract for low rate initial production modification (PZ0001) to previously awarded contract FA8681-19-C-0016 for the BLU-111 warhead. This modification provides for the definitization for a quantity of BLU-111 warheads produced under the basic contract. Work will be performed in Rocket Center, West Virginia, and is expected to be complete by April 30, 2020. Fiscal 2019 ammunition procurement funds in the amount of $8,762,690 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. Enfield Enterprises Inc., Springfield, Massachusetts, has been awarded a $7,221,081 requirements contract for the replacement of Halon and electrical at Guided Weapons Evaluation Facility. This contract consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with the replacement of Halon and electrical at Guided Weapons Evaluation Facility, Eglin Air Force Base, Florida, in accordance with the specifications and drawings. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by May 26, 2020. This award was the result of a competitive acquisition and two offers were received. Fiscal 2019 3600 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-19-C-A044). DEFENSE LOGISTICS AGENCY Alaska Structures Inc., Scottsdale, Arizona, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters. This is a one-year base contract with three one-year option periods. Locations of performance are Arizona and New Mexico, with a Sept. 25, 2020, performance completion date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1197). DJ Engineering Inc.,* Augusta, Kansas, has been awarded an estimated $26,174,400 indefinite-delivery/indefinite-quantity contract for A-10 elevators. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Kansas, with a Sept. 16, 2024, 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, Ogden, Utah (SPRHA4-19-D-0004). W K Containers Inc.,* Mill Valley, California, has been awarded a maximum $7,007,122 fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with six offers received. This is a one-year contract with no option periods. Locations of performance are California and Korea, with a March 16, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-19-C-0008). NAVY BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $86,117,104 firm-fixed-price contract for the execution of USS Decatur (DDG 73) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This availability will include a combination of maintenance, modernization and repair of USS Decatur. This is a Chief of Naval Operations scheduled EDSRA. The purpose is to maintain, modernize and repair USS Decatur. This is a "long-term" availability and was solicited 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 ship maintenance, repair and modernization for USS Decatur. This contract includes options which, if exercised, would bring the cumulative value of this contract to $88,816,552. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $86,117,104 was obligated at time of award and funding in the amount of $72,807,997 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4455). (Awarded Sept. 7, 2019) BAE Systems San Diego Ship Repair (BAE), San Diego, California, was awarded an $84,595,351firm-fixed-price contract for the execution of USS Stethem (DDG 63) fiscal 2019 extended dry-docking selected restricted availability (EDSRA). This is a Chief of Naval Operations scheduled EDSRA. This availability will include a combination of maintenance, modernization, and repair of the USS Stethem. This is a "long-term" availability and was solicited 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 ship maintenance, repair and modernization for USS Stethem. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,183,466. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $84,595,351 was obligated at time of award, and funding in the amount of $72,805,698 will expire at the end of the current fiscal year. This requirement was competitively solicited using full and open competition via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4459). (Awarded Sept. 7, 2019) CH2M HILL Inc., Englewood, Colorado, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $75,000,000 for A-E services involving preparation of studies, plans, specifications, design, reports, cost estimates and all associated engineering services in support of Navy and other Department of Defense (DoD) environmental compliance programs for Navy, Marine Corps and other DoD installations and federal agencies. No task orders are being issued at this time. The work to be performed provides services for, but not limited to, petroleum storage tank and assets compliance, oil preparedness and planning compliance, air quality and Clean Air Act compliance, Safe Drinking Water Act compliance, Clean Water Act compliance (storm water), Clean Water Act Compliance (wastewater) and waste management. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including California (20%); Virginia (20%); North Carolina (20%); Europe, Africa, Southwest Asia (15%); Florida (5%); Maryland (5%); Washington (5%); Georgia (5%); and Texas (5%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4015). AH/BC Navy JV LLC, Newport News, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract with a maximum amount of $60,000,000 for compliance with Safe Water Act (SDWA), Clean Water Act (CWA) compliance program and all other environmental media regulations to support Navy, Marine Corps, other Department of Defense (DoD) installations and federal agencies worldwide. The work to be performed provides for support of compliance with the SDWA and CWA compliance program and all other environmental media regulations as required. The intent of this contract is to provide comprehensive A-E services to various Navy and other DoD installations/organizations worldwide in order to meet statutory compliance requirements for all applicable overseas environmental baseline guidance document, final governing standards, DoD, federal, state, local and installation-specific environmental laws, regulations, and guidance. This support includes preparation of studies, plans, specifications, design documents, reports, cost estimates and all associated engineering work including, but not limited to, work in SDWA compliance, storm water pollution prevention plans and CWA compliance, industrial pre-treatment/wastewater treatment plans and permit compliance, laboratory work and other miscellaneous environmental compliance services. No task orders are being issued at this time. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within, but not limited to, the Naval Facilities Engineering Command, Atlantic area of responsibility including, California (15%); Virginia (10%); North Carolina (10%); Florida (10%); Maryland (5%); Washington (5%); Georgia (5%); Far East Asia (5%); and Europe, Africa, Southwest Asia (35%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-4001). General Dynamics National Steel and Shipbuilding Co., San Diego, California, is awarded a $21,150,803 firm-fixed-price delivery order from multiple-award indefinite-delivery/indefinite-quantity contract N00024-16-D-4418 for a selected restricted availability on USS Stockdale (DDG 106) to execute depot-level maintenance, alterations and modifications that will update and improve the ship's military and technical capabilities. Work will be performed in San Diego, California, and is expected to be complete by May 2020. This delivery order includes options, which, if exercised, would bring the cumulative value of this contract to $21,328,830 and be complete by May 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $21,150,803 will be obligated at time of award and expire at the end of the current fiscal year. This delivery order was competitively procured with one request for proposal solicited and three offers received via all eligible multiple award indefinite-delivery/indefinite-quantity contractors in the San Diego, California, area. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded an $11,414,936 modification (P00004) to a previously awarded cost-plus-fixed-fee contract (N00019-18-C-1057). This modification exercises an option for Phase 1 design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response production for the government of Saudi Arabia under the Foreign Military Sales (FMS) Act. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middletown, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%). Work is expected to be completed in October 2019. Foreign Military Sales funds in the amount of $11,414,936 are being obligated on this 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. Briartek Inc.,* Alexandria, Virginia (N64498-19-D-4033), was awarded an $11,233,400 indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee services and firm-fixed-price supplies to support Man Overboard Indicators (MOBI) ship installations. Work will be performed in Norfolk, Virginia (30%); San Diego, California (30%); Mayport, Florida (5%), Pearl Harbor, Hawaii (5%); Pascagoula, Mississippi (5%); Marinette, Wisconsin (5%), Everett, Washington (5%); Bremerton, Washington (5%); Yokosuka, Japan (5%); and Sasebo, Japan (5%), and is expected to be completed by September 2024. Fiscal 2019 operation and maintenance (Navy) funding in the total amount of $37,967 was obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 13, 2019) The Boeing Co., Huntington Beach, California, is awarded a $10,849,103 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6307) for engineering services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. Engineering services under the existing contract will be used to further develop and study additional capabilities, payloads, operational uses, and deployment scenarios for the XLUUV program. Work will be performed in Huntington Beach, California, and is expected to be completed by September 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $374,638 will be obligated at time of award and $192,415 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. United States Marine Inc.,* Gulfport, Mississippi, is awarded a $9,510,838 firm-fixed-price modification to previously awarded contract (N00024-19-C-2226) in support of the Government of the Arab Republic of Egypt for eight 11 meter Naval Special Warfare rigid-hull inflatable boats, eight forward looking infrared systems, ship spare parts and other technical assistance for the Egyptian navy. Work will be performed in Gulfport, Mississippi, and is expected to be completed by December 2020. Foreign Military Sales funding in the amount of $9,510,838 will be obligated at time of award and contract funds will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured: international agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Modern International Inc.,* Barrigada, Guam, is awarded a firm-fixed-price task order (N40192-19-F-4384) at $9,503,702 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract to repair the aqueous film forming foam and sprinkler system at Building 2641, North Ramp, on Andersen Air Force Base. The work to be performed provides for the replacement of the fire and foam pumps, pump controllers, risers, sprinkler piping, heads, fittings, foam holding tanks, trench drains and monitor nozzle system, hose reels, fire suppression, discharge containment system, fire alarms, heat and flame detectors, monitors, mass notification system, electrical wiring and conduits, fuel tanks and containment, fuel piping, lighting fixtures, ceiling tiles and abatement of hazardous materials. Work will be performed in Yigo, Guam, and is expected to be completed by October 2020. Fiscal 2019 operation and maintenance, (Navy) contract funds in the amount of $9,503,702 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. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2801). ARMY Four Peaks Environmental Science & Data Solutions,* Wenatchee, Washington (W9127N-19-D-0005); Real Time Research Inc.,* Bend, Oregon (W9127N-19-D-0006); Environmental Assessment Services LLC,* Richland, Washington (W9127N-19-D-0007); R2 Resource Consultants Inc.,* Redmond, Washington (W9127N-19-D-0008): and S P Cramer & Associates Inc.,* Portland, Oregon (W9127N-19-D-0009), will compete for each order of the $40,000,000 firm-fixed-price contract for biological and ecological services for studies related to fishery issues. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. Bowhead Mission Solutions LLC,* Springfield, Virginia, was awarded a $33,659,910 modification (KX04) to contract W15P7T-12-D-E010 for software and system engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $16,801,065 modification (P00693) to contract DAAA09-98-E-0006 for engineering and design for the Acetic Acid and Acetic Andhydride and Tank Farm Expansion project at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 31, 2021. Fiscal 2021 procurement of ammunition, Army funds in the amount of $16,801,065 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $15,001,571 modification (P00036) to contract W58RGZ-18-C-0043 for engineering services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2023. Fiscal 2020 operations and maintenance, Army funds in the amount of $2,297,086 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Hamilton Sundstrand Corp., Phoenix, Arizona, was awarded a $13,944,038 firm-fixed-price contract for maintenance and overhaul, and upgrade and repair of the flight control computer. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0032). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1963450/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 9, 2019

    January 10, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 9, 2019

    DEFENSE LOGISTICS AGENCY W & G Machine Company Inc.,* Hamden, Connecticut, has been awarded a maximum $27,604,800 firm-fixed price, indefinite-delivery/indefinite-quantity contract for aviation flutter dampeners. This was a competitive small business set-aside acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is Connecticut, with a June 23, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0049). Federal Prison Industries Inc.,** Washington, D.C, has been awarded a maximum $27,189,820 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold/wet weather jackets. This is an 18-month base contract, with one one-year option period. Locations of performance are Kentucky, Georgia, and Washington, D.C, with a July 8, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-F019). Medical Place Inc.,*** Montgomery, Alabama, has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 68 responses received; 18 contracts have been awarded to date. Using customers are Department of Defense and other federal organizations. Location of performance is Alabama, with a Jan. 8, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0009). NAVY Dakota Creek Industries Inc., Anacortes, Washington, is awarded a $26,710,222 firm-fixed-price modification to previously-awarded firm-fixed-price contract N00024-18-C-2205 to exercise options for the detail design and construction (DD&C) of two yard tug 808-class harbor tugboats (YT 812 and YT 813) and accessory items to include 50-man inflatable buoyant apparatus and Navy Mk-7 life raft, as well as packaging and delivery to final destination. The base contract award was for the DD&C of four tugboats including YT 808, YT 809, YT 810 and YT 811. The contract includes options for accessory items (hoisting system, life rafts, special towing lights and electronic navigation charts), packaging and delivery, crew familiarization and provisioned item orders. Work will be performed in Anacortes, Washington, and is expected to be completed by August 2021. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $13,339,017; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $13,371,205 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Integral Aerospace, Santa Ana, California, is awarded $14,315,721 for modification P00001 to a previously awarded firm-fixed-price contract (N00019-18-C-1036). This modification provides for external fuel tank testing and exercises option year one for the production and delivery of 114 external fuel tanks in support of the F/A-18E/F and EA-18G aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,315,721 will be obligated at 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. Boeing Co., St. Louis, Missouri, is awarded a $9,276,687 modification to previously awarded contract N00024-13-C-6402 for the Air Launch Accessory (ALA) and ALA shipping container for the ALA of the High Altitude Anti-Submarine Warfare Weapon Capability in support of the P-8A integration efforts. Work will be performed in St. Louis, Missouri, and is expected to be completed by May 2020. Fiscal 2019 weapons procurement (Navy) funding in the amount of $9,276,687 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded $7,124,695 for firm-fixed-price delivery order N00383-19-F-G000 under previously awarded basic ordering agreement N00383-14-G-005D for the repair of the APY-10 radar system used in support of the P-8A aircraft. Work will be performed in Jacksonville, Florida (66 percent); and McKinney, Texas (34 percent). Work is expected to be completed by January 2021. Fiscal 2019 working capital funds (Navy) in the full amount of $7,124,695 will be obligated at time of award 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 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, has been awarded an $8,565,000 cost-plus fixed-fee contract to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making. Work performance will take place in the National Capital Region, including Arlington, Virginia; and Alexandria, Virginia. Fiscal 2018 research, development, test and evaluation funds in the amount of $100,000; fiscal 2019 research, development, test and evaluation funds in the amount of $8,115,000; and fiscal 2019 operations and maintenance funds in the amount of $350,000 are being obligated on this award. The expected completion date is Dec. 29, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-13-D-0003). ARMY Navistar Defense LLC, Lisle, Illinois, was awarded an $8,069,336 fixed-firm-price Foreign Military Sales (Iraq) contract for Navistar transport and cargo vehicles. One bid was solicited with one bid received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 8, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $8,069,336 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0168). *Woman-owned small business **Mandatory Source ***Service-disabled, veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1727817/source/GovDelivery/

  • Why does it take Canada so long to buy new military equipment when Poland can do it in months? | CBC News

    May 31, 2023 | International, Other Defence

    Why does it take Canada so long to buy new military equipment when Poland can do it in months? | CBC News

    The Canadian military is used to procurement timelines that can cover decades. So how did Seoul manage to deliver new tanks and guns to Poland just four months after the contract was signed?

All news