Back to news

May 12, 2024 | International, Security

Malicious Android Apps Pose as Google, Instagram, WhatsApp to Steal Credentials

Fake Android apps mimicking popular platforms like Google & WhatsApp are stealing user data.

https://thehackernews.com/2024/05/malicious-android-apps-pose-as-google.html

On the same subject

  • Contract Awards by US Department of Defense - April 29, 2019

    April 30, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - April 29, 2019

    AIR FORCE The Boeing Co., Seattle, Washington, has been awarded a $5,700,000,000 indefinite-delivery/indefinite-quantity contract for KC-46 Pegasus Combat Capability (PC2). This contract provides for a broad range of post-production related non-recurring and recurring requirements centered on user-directed and Federal Aviation Administration-mandated KC-46 air vehicle needs. Work will be performed in Seattle, Washington, and is expected to be complete by April 28, 2029. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $9,121,895 are being obligated on the first delivery order at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8609-19-D-0007). AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, has been awarded a $19,592,850 firm-fixed-price non-commercial requirements contract for the Joint Service Electronic Combat Systems Tester (JSECST). This contract provides for the production of the base JSECST, the laboratory JSECST and retrofit kits used on many aircraft, such as F-15, F-16, A-10, CV-22, C-130, UH-47, UH-60, F/A-18 and AV-8B. Work will be performed in Hunt Valley, Maryland, and is expected to be complete by April 28, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at time of award. Air Force Life Cycle Management Center, Automated Test Sets Contracting Division, Robins Air Force Base, Georgia, is the contracting activity (FA8533-19-D-0005). NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,148,847,334 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, cost share contract for sustainment services in support of the F-35 Lightning II aircraft for the Air Force, Navy, non-U. S. Department of Defense (non-U.S. DoD) participants and Foreign Military Sales (FMS) customers. Services to be provided include ground maintenance activities, action request resolution, depot activation activities, Automatic Logistics Information System operation and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training. Work will be performed in Fort Worth, Texas (60 percent); Orlando, Florida (24 percent); Greenville, South Carolina (7 percent); Samlesbury, Preston, United Kingdom (5 percent); and El Segundo, California (4 percent). Work is expected to be completed in December 2022. Fiscal 2019 operations and maintenance (Air Force, Navy/Marine Corps); non-U.S. DoD participant; and FMS funds in the amount of $1,135,420,262 will be obligated at time of award, $811,246,309 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. This contract combines purchases for the Air Force ($477,920,120; 41.60 percent); Navy ($346,753,261; 30.18 percent); non-U.S. DoD participants ($231,207,693; 20.13 percent); and FMS customers ($92,966,260; 8.09 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-1022). Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $38,775,625 for cost-plus-fixed-fee modification P00007 to a previously awarded contract (N00019-18-C-1037) to procure the product support and software support activity efforts for the E-2D Advanced Hawkeye full-rate production Lot 7. Work will be performed in Melbourne, Florida (72 percent); Liverpool, New York (14 percent); St. Augustine, Florida (5 percent); Norfolk, Virginia (5 percent); Greenlawn, New York (2 percent); Woodland Hills; California (1 percent); and Indianapolis, Indiana (1 percent), and is expected to be completed in April 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $38,775,625 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. Mancon LLC, Virginia Beach, Virginia, is awarded $30,000,000 for an indefinite-delivery/indefinite-quantity, fixed-price contract that includes provisions for economic price adjustment to acquire supplies and provide related store operation services required by Naval Supply Systems Command Fleet Logistics Center Norfolk for two commercial retail stores on the Naval Support Activity, Crane, Indiana, for materials needed by the Naval Facilities Command Public Works Department. The contract includes a five-year base ordering period with an option to extend services for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $33,263,944. All work will be performed in Crane, Indiana. The ordering period is expected to be completed by April 2024; if the option is exercised, work will be completed by October 2024. Fiscal 2018 working capital funds (Defense) in the amount of $100,000 will be obligated to fund the contract's minimum amount, and funds will expire at the end of fiscal 2019. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-19-D-0008). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $29,772,039 for cost-plus-fixed-fee modification to order N61340-18-F-0001 against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides software and hardware upgrades for 13 flight training devices to modernize critical system components in the MV-22 simulator to increase training fidelity for aircrew and maximize training capability. Work will be performed in Jacksonville, North Carolina (42 percent); Miramar, California (24 percent); Quantico, Virginia (13 percent); Okinawa, Japan (13 percent); Chantilly, Virginia (5 percent); Fort Worth, Texas (2 percent); and Philadelphia, Pennsylvania (1 percent), and is expected to be completed in December 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,772,039 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded $19,530,007 for modification P00006 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-0088) for the engineering and manufacturing development and payload integration of the Miniature Air Launched Decoy-Navy. Work will be performed in Tucson, Arizona (50 percent); and Goleta, California (50 percent), and is expected to be completed in October 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,765,002 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. ARMY Raytheon Co., Dulles, Virginia, was awarded a $663,060,634 firm-fixed-price contract for Troposcatter Transmission System, spares, repairs, warranty, system engineering, field support, training and sustainment. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of April 25, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-D-0218). (Awarded April 26, 2019) The Boeing Co., Mesa, Arizona, was awarded a $171,887,544 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price) contract for performance based logistics service in support of the AH-64E Apache attack helicopter fleet. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2020. Fiscal 2018 working capital funds in the amount of $63,779,957 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0024). (Awarded April 26, 2019) Golden Valley Electric Association, Fairbanks, Alaska, was awarded a $40,964,160 firm-fixed-price contract for electric utility service. Work will be performed in Fort Wainwright, Alaska, with an estimated completion date of April 30, 2029. Fiscal 2019 operations and maintenance, Army funds in the amount of $653,355 were obligated at the time of the award. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-F-8U95). (Awarded April 26, 2019) The Boeing Co., Mesa, Arizona, was awarded a $39,478,219 modification (PZ0017) to Foreign Military Sales (Saudi Arabia) contract W58RGZ-17-C-0031 for post-production system support, which includes integrated product support, of the AH-64 aircraft in support of the Saudi Arabia National Guard. Work will be performed in Mesa, Arizona; Hazelwood, Missouri; and Riyadh, Saudi Arabia, with an estimated completion date of April 29, 2020. Fiscal 2019 foreign military sales funds in the amount of $39,478,219 were obligated at the time of the award. Army is the contracting activity. Lockheed Martin Corp., Orlando, Florida, was awarded a $30,794,224 modification (P00080) to Foreign Military Sales (Saudi Arabia) contract W31P4Q-15-C-0043 for Hellfire guided missile launcher and electronic assembly. Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2023. Fiscal 2010, 2011, 2017, 2018 and 2019 aircraft procurement, Army; operations and maintenance, Army; research, development, test and evaluation; foreign military sales; and other funds in the combined amount of $30,794,224 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Maverick Constructors LLC,* Lutz, Florida (W911YN-19-D-0001); ABBA Construction Inc.,* Jacksonville, Florida (W911YN-19-D-0002); Warden Construction Corp.,* Jacksonville, Florida (W911YN-19-D-0003); D & M Construction Group Inc.,* Gainesville, Florida (W911YN-19-D-0004); J.A.M. Construction Services Inc.,* Merritt Island, Florida (W911YN-19-D-0005); Core Engineering & Construction Inc.,* Winter Park, Florida (W911YN-19-D-0006); Johnson-Laux Construction LLC,* Orlando, Florida (W911YN-19-D-0007); and E.L.C.I. Construction Group Inc., North Miami, Florida (W911YN-19-D-0008), will compete for each order of the $30,000,000 firm-fixed-price contract for construction projects in support of the Florida National Guard. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of April 25, 2024. U.S. Property and Fiscal Office of Florida is the contracting activity. (Awarded April 26, 2019) Saint-Gobain Performance Plastics, Merrimack, New Hampshire, was awarded a $19,491,157 firm-fixed-price contract for protective fabric shelter kits. One bid was solicited with one bid received. Work will be performed in Merrimack, New Hampshire, with an estimated completion date of April 28, 2024. Fiscal 2018 other procurement, Army funds in the amount of $1,681,301 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3013). JCB Inc., Pooler, Georgia, was awarded a $17,071,687 modification (P00001) to contract W56HZV-19-F-0046 for High Mobility Engineer Excavator vehicles. Work locations and funding will be determined with each order, with an estimated completion date of Jan 31, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. (Awarded April 26, 2019) System Studies & Simulation Inc., Huntsville, Alabama, was awarded a $12,364,338 modification (0004 19) to contract W31P4Q-09-A-0019 for technical support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2020. Fiscal 2020 and 2021 other procurement; and research, development, test and evaluation funds in the amount of $12,364,338 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Travis Association for the Blind, Austin, Texas, was awarded an $11,287,227 modification (P00003) to contract W56HZV-18-C-0067 for the repair, cleaning, warehousing, and distribution of organizational clothing and individual equipment. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,287,227 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. PAE Government Systems Inc., Arlington, Virginia, was awarded an $8,153,796 modification (P00011) to Foreign Military Sales (Afghanistan) contract for the National Maintenance Strategy Ground Vehicle Support effort. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $8,153,796 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. (Awarded April 26, 2019) MISSILE DEFENSE AGENCY Raytheon Missile Systems Co., Tucson, Arizona, is being awarded $26,991,627 for a modification (P00155) to the previously awarded sole-source, cost-plus-incentive-fee Standard Missile-3 Block IIA contract (HQ0276-10-C-0005). This modification provides for additional Ballistic Missile Defense upgrades and flight test support. The work will be performed in Tucson, Arizona, with an expected completion date of June 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,858,243 will be obligated at time of award. The modification increases the total cumulative face value of the contract by $26,991,627 (from $2,105,137,599 to $2,132,129,227). The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY Georgia Tech Research Institute (GTRI), Atlanta, Georgia, was awarded a sole source, non-commercial, cost-plus-fixed fee contract on April 28, 2019, in support of the Defense Information Systems Agency (DISA) National Leadership Capability Command office. This contract will provide for development and deployment of the Secure Integration Cloud, the Joint Access Database Environment and the encompassing system architecture known as Secure Web Services. The face value of this action is $8,508,928 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value is $48,248,311. Performance will be at the contractor's facility. Proposal was issued via request for proposal, and one proposal was received from GTRI. This was a sole-source requirement sent to Georgia Tech Applied Research Corp. The period of performance is for a base period of 12 months beginning April 28, 2019, and two 6-month option periods through April 27, 2021. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-19-C-0008). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1829432/source/GovDelivery/

  • Contract Awards by US Department of Defense – September 22, 2020

    September 23, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – September 22, 2020

    DEFENSE LOGISTICS AGENCY Sysco Hampton Roads Inc., Suffolk, Virginia, has been awarded a maximum $804,744,193 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a five-year contract. Location of performance is Virginia, with a Sept. 20, 2025, ordering period end date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3286). O&M Halyard, Mechanicsville, Virginia, has been awarded a maximum $35,188,397 indefinite-delivery/indefinite-quantity contract for medical and surgical products. This was a competitive acquisition with 18 responses received. This is a one-year base contract with nine one-year option periods. Location of performance is Virginia, with a Sept. 21, 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 agency is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0018). Raytheon Co., McKinney, Texas, has been awarded a maximum $32,248,579 firm-fixed-price contract for television cameras and sensor assembly units for the Bradley Fighting Vehicle. 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 two-year base contract with one one-year option period. The option is being exercised at the time of award. Location of performance is Texas, with a May 25, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-20-C-0188). AIR FORCE Lockheed Martin Space, Sunnyvale, California, has been awarded an $85,273,664 fixed-price, incentive-firm, firm-fixed-price, cost‐plus‐incentive‐fee and cost-reimbursement modification (P00180) to previously awarded contract FA8810‐13‐C‐0002 to continue Space Based Infrared System contractor logistics support. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, all located in Colorado, and is expected to be completed March 31, 2021. Fiscal 2020 operations and maintenance funds will be used with no funds being obligated at the time of award. Total cumulative face value of the contract is $1,914,295,948. The Air Force Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity. The Boeing Co., Layton, Utah, has been awarded a $13,287,959 cost-plus-fixed-fee modification (P00132) to contract FA8214-15-C-0001 for additional qualification requirements for the Signal Conditioner Module for the MOD 7 Flight Test Kit (SC Module). The objective of this proposed effort is to perform full qualification and acceptance testing to support new builds. Work will be performed in Layton, Utah, and is to be completed June 30, 2022. Fiscal 2020 missile procurement funds in the amount of $4,140,649 are being obligated at the time of award. Modification is funded with current year 3020 funds. AFNWC/PZBB is the contracting agency at Hill Air Force Base, Utah. Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity. Systems and Technology Research,* Woburn, Massachusetts, has been awarded an $8,297,019 cost-plus-fixed-fee contract for software deliverables. This contract provides for the research and development of challenge problems to validate and evaluate the design technologies developed by the Technology Area (TA) 1 team and the symbiosis technologies developed by TA2 teams. The focus of the research is Unmanned Underwater Vehicle (UUV) related models and seed designs. This effort brings two unique and differentiated design approaches to the Symbiotic Design for Cyber Physical Systems community from two pioneering UUV developers. Work will be performed in Woburn, Massachusetts, and is expected to be completed October 2024. This award is the result of a competitive acquisition and 23 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,011,150 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0535). ARMY FN America LLC, Columbia, South Carolina, was awarded a $78,709,973 firm-fixed-price contract for M249 Squad Automatic Weapons. 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. 19, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-D-0036). James Construction Group LLC, Baton Rouge, Louisiana, was awarded a $13,349,914 firm-fixed-price contract to design and construct a new two-lane bridge. Bids were solicited via the internet with three received. Work will be performed at Fort Hood, Texas, with an estimated completion date of May 23, 2022. Fiscal 2020 military construction (Army) funds in the amount of $13,349,914 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0038). World Wide Technology LLC, St. Louis, Missouri, was awarded an $8,980,145 firm-fixed-price contract for network upgrades. Bids were solicited via the internet with one received. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of Nov. 9, 2020. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,980,145 were obligated at the time of the award. U.S. Army 408th Contracting Support Brigade, Camp Arifjan, Kuwait, is the contracting activity (W912D2-20-F-0046). Julius Kaaz Construction Co. Inc.,* Leavenworth, Kansas, was awarded an $8,852,723 firm-fixed-price contract to complete the renovation of Building 50 at Fort Leavenworth. Bids were solicited via the internet with five received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of March 25, 2022. Fiscal 2020 civil construction funds in the amount of $8,852,723 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4015). NAVY Life Cycle Engineering Inc., Charleston, South Carolina (N64498-20-D-4036, $44,312,721); and McKean Defense Group LLC, Philadelphia, Pennsylvania (N64498-20-D-4037, $33,941,662), are awarded a combined total $78,254,383 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services to support the shipboard Electronic Chart Display and Information System and the Situational Awareness Bridge Display System for the Naval Surface Warfare Center, Philadelphia Division. Work will be performed in Philadelphia, Pennsylvania (20%); Norfolk, Virginia (10%); San Diego, California (10%); Washington, D.C. (5%); Mayport, Florida (5%); Charlottesville, Virginia (4%); Pearl Harbor, Hawaii (4%); Yokosuka, Japan (4%); the Kingdom of Bahrain (4%); Bremerton, Washington (2%); Rota, Spain (2%); and the remainder of the work (30%) will be performed at the contractor sites according to each awarded task order, and is expected to be completed by September 2025. Fiscal 2020 other procurement (Navy) funding in the amount of $500,000 ($250,000 obligated on each contract) will be obligated at time of award and will not expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. The Boeing Co., Jacksonville, Florida, is awarded a $75,129,607 modification (P00006) to previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract N00019-19-D-0003. This modification exercises options to provide aircraft inspections, modifications and repairs as well as inner wing panel (IWP) modifications and repairs for the F/A-18 E/F and EA-18G series aircraft. These efforts restore the aircraft and IWP to meet service life projections in accordance with new design specifications. Work will be performed in Jacksonville, Florida (80%); St. Louis, Missouri (15%); and Lemoore, California (5%), and is expected to be completed in September 2021. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Etolin Strait Partners LLC,* Norfolk, Virginia, is awarded a $30,000,000 firm-fixed-price contract modification for the exercise of Option Year One under an indefinite-delivery/indefinite-quantity contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington, D.C., area of responsibility (AOR). The work to be performed provides for various maintenance, repair, alteration and minor new construction projects for facilities located primarily within the NAVFAC Washington, D.C., AOR in Maryland, Virginia, and Washington, D.C. The total contract amount after this modification will be $60,000,000. No task orders are being issued at this time. Work will be performed primarily in Maryland, Virginia, and Washington, D.C., and is expected to be completed by September 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2021 military construction (Navy); operations and maintenance (O&M) (Navy); O&M (Defense Logistics Agency); and Navy working capital funds. NAVFAC Washington, D.C., is the contracting activity (N40080-19-D-0007). Centerra Integrated Services LLC, Herndon, Virginia, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $30,000,000 for minor construction, alteration and repair of real property and utilities at Naval Station Guantanamo Bay, Cuba. An initial task order is awarded at $64,194 to provide new high density polyethylene pile fenders at the Windward and Leeward Ferry Landing. The work to be performed provides for, but is not limited to, general construction projects including new construction, repair, alteration, renovation, demolition and other construction-related operations or projects. Work for this task order is expected to be completed by January 2021. All work for this contract will be performed in Guantanamo Bay, Cuba. The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M, N) contract funds in the amount of $64,194 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 and O&M (Army). This contract was competitively procured via the beta.SAM.gov Contract Opportunities website with three proposals received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0072). Bette & Cring LLC, Latham, New York, is awarded a $23,064,843 firm-fixed-price contract for the construction of a co-generation plant at the Naval Research Laboratory, Washington, D.C. This work to be performed is a construction project for the co-generation plant with a combined heat and power system to generate electricity and steam at the Naval Research Laboratory. Site preparation includes above-ground site demolition and relocations, underground site demolition and utility relocations, excavation, grading preparation for construction and paving. Mechanical systems will include water, steam, sewer, heating, ventilation and air conditioning. Work will be performed in Washington, D.C., and is expected to be completed by April 2023. Fiscal 2016 and 2017 military construction contract funds in the amount of $23,064,843 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with four proposals received. Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-20-C-0023). The Boeing Co., St. Louis, Missouri, is awarded a $21,909,659 modification (P00040) to previously awarded cost-plus-fixed-fee contract N00019-16-C-0032. This modification exercises an option for test and evaluation support for Next Generation Jammer integration on the EA-18G aircraft. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $8,360,505 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. Pacific Maritime Industries (PMI) Corp.,* San Diego, California (N00189-20-D-0030); TST Fabrications LLC,* Norfolk, Virginia (N00189-20-D-0031); and Tri-Way Industries (TWI) Inc.,* Auburn, Washington, (N00189-20-D-0032), are awarded an estimated $15,984,115 multiple award for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide a means to purchase shipboard lockers and related materials in support of the Shipboard Habitability Improvement Program at competitive prices in accordance with the delivery schedules listed on the Statement of Work. The contracts will run concurrently and will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8, which if exercised, will bring the total estimated value of this contract to $19,540,057. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by March 2026. Specific requirements for habitability support cannot be predicted at this time; therefore, the various locations of where the supplies will be delivered cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,500 ($2,500 on each of the three contracts) will be obligated to fund the contracts' minimum amounts 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 small business set-aside for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk Office, Norfolk, Virginia, is the contracting activity. Northrop Grumman Systems Corp., San Diego, California, is awarded a $9,018,804 firm-fixed-price modification (P00023) to previously awarded fixed-price-incentive-successive-target contract N00019-17-C-0018. This modification establishes final configuration and final price determination for the unique material required for the MQ-4C Triton unmanned aircraft. This modification provides for the procurement of three Integrated Functional Capability (IFC) 4.0 material kits and one IFC 4.0 retrofit kit. Additionally, this modification adds scope to support non-recurring engineering efforts associated with wing and v-tail modifications and the procurement of components and associated efforts in support of Lot Three low rate initial production. Work will be performed in Rancho Bernardo, California (28.9%); Palmdale, California (12.6%); Waco, Texas (9.6%); Red Oak, Texas (5.6%); Sparks, Nevada (5%); Verona, Wisconsin (4.4%); Bridgeport, West Virginia (2.4%); Westchester, Ohio (2.4%); San Clemente, California (2.1%); Salt Lake City, Utah (1.2%); Menlo Park, California (1.1%); and various locations within the continental U.S. (24.7%), and is expected to be completed in March 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $9,018,804 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. Oceaneering International Inc., Chesapeake, Virginia, is awarded a $7,733,142 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-18-C-6413 to exercise options for configuration changes, engineering services, material maintenance and repair. Work will be performed in Chesapeake, Virginia, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Defense-wide; 80%), and fiscal 2020 procurement (Defense-wide; 20%) in the amount of $497,000 will be obligated at the time of award, of which, funds in the amount of $397,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2357052/source/GovDelivery/

  • Space Futures Command could begin limited operations this year

    February 28, 2024 | International, Aerospace

    Space Futures Command could begin limited operations this year

    Chief of Space Operations Gen. Chance Saltzman announced the creation of the command Feb. 12 as part of a slate of organizational changes.

All news