Back to news

June 13, 2024 | International, Security

New Attack Technique 'Sleepy Pickle' Targets Machine Learning Models

Learn about Sleepy Pickle, a new threat exploiting machine learning models via pickle files. Protect your data now!

https://thehackernews.com/2024/06/new-attack-technique-sleepy-pickle.html

On the same subject

  • The Army network plan to ‘compete everything’

    May 14, 2020 | International, C4ISR

    The Army network plan to ‘compete everything’

    Andrew Eversden The Army recently conducted a critical design review for technologies it plans to deploy for Capability Set '21, one of the first pieces of its battlefield network modernization. In the review, the Army tested various elements of Cap Set '21, such as tactical radios and satellite terminals. Now, the service is making a series of capability trade offs — assessing affordability, technical maturity and density across formation. For example, the Army is weighing trade-offs between how many of its two-channel Leader radios and more affordable single channel radios will ultimately end up in an infantry brigade. Col. Garth Winterle, project manager for tactical radios at the Army's Program Executive Officer for Command Control Communication - Tactical, and Lt. Col. Brandon Baer, program manager for helicopter and multi-mission radios (HAMMR), talked with C4ISRNET about the decisions made during the critical design review and what these choices mean for the next batch of equipment known as Capability Set '23. This transcript has been edited for clarity and brevity. C4ISRNET: What decisions were made during the critical design review (CDR)? COL. GARTH WINTERLE: We went from a 100 percent classified network, hard to get people security clearances, very expensive, NSA-certification required for everything as part of the network architecture, to 75 percent secure but [with an] unclassified architecture at battalion and below. That really adds a lot of flexibility — not only in the addition of affordable commercial technologies that really add capability rapidly because that shaves about 24 months off potential fielding timeline if you don't have to go to NSA — but it keeps a very strong encryption using some of the same algorithms you use for NSA certified radios. It's secure. It's not unsafe. While it's unclassified, it's still very well encrypted. It's just a different way of doing business. So it really opens the door for a lot of different things. Plus, it really improves the ability to share data with coalition and multinational partners, who are also operating at that security level. C4ISRNET: Can you explain the Terrestrial Transmission Line of Sight (TRILOS) radio and the capability trade off you made? WINTERLE: The quantities were adjusted in order to afford more flexible, more expedient and pretty much more affordable options at the brigade level and below. There's a system called TRILOS. Think of a big dish on a portable tower. If you can line it up with another big dish on a portable tower over pretty long distances, you can get very high data throughput very quickly ... It's purpose is to connect large command nodes together and enable them to share data much, much better. So one of the things we looked at as part of the CDR, and we experimented with, is a new smaller expeditionary version. I talked about a giant dish on a portable tower. We went to the company we worked with called Silvus. They have a smaller, little four antenna radio, it's about the size of your home WiFi router [and] does the same thing in slightly less bandwidth. It's not as capable, but it performs that same function. And it's much, much lighter, much easier to pack out and we're actually putting those under quadcopters, like a drone, that are tethered [so] they operate off a line. So you can raise that up in the air and hold that radio up in the air and get really good range to connect two of those radios together to share data. By trading out one system of those large dishes on the tower, we're able to buy a significant quantity of the smaller systems. TRILOS, those dishes on towers, still remain in the architecture. But just by reducing the quantity marginally, we're able to really add a much more expeditionary much, much lighter, easier to set up. And we can buy it in larger quantities to increase the quantity out in the architecture to increase that capability. C4ISRNET: Can you describe how the Army intends to procure some of the Integrated Tactical Network components? WINTERLE: The intent is to compete everything. Single channel radios are a prime example. We're getting ready to invite vendors that have conforming radios to an industry day to basically have a radio run off. [We want them to] provide us enough radios so we can get them integrated and start assessing them against each other and against the current offering from the vendor that actually went through the experiment. It's going to be a fully competitive action. It is important to note though that I can't just go out and buy a new radio and, boom, I can field it. There is an amount of time where we are going to have to procure a limited quantity of the systems that went through the experiment until I can get those other radios through enough lab-based experimentation and integration, so that I know they work on the network. So even though they might be very similar [to] what we experimented with, there will be a delay so I can actually start fielding those to operational units. But [our] intent is to start that as soon as possible as part of the procurement fielding next year — this competitive run off of single channel radios. Anywhere else where there was a stand-in capability where we know from market research that there's other vendors, we'll perform the same sort of competitive actions. C4ISRNET: What are some of the lessons learned from Capability Set '21 that can be applied to Capability Set '23? WINTERLE: We're going to have a design review every year. The year prior to the preliminary design review, which is the year we're in right now for Cap Set '23, focuses on small-scale experimentation and a kind of assessment of ‘what are those technologies that going to compete to be added to the architecture as part of the preliminary design review' in April of next year. So we picked April. We just did this CDR in April. So the preliminary design review for Cap Set '23 is next April. We've partnered with the network cross functional team to help conduct research and development funded activities of certain key technology that they want to see added to the architecture in Cap Set '23. C4ISRNET: How has the Army's capability set testing structure been suited for COVID-19? LT. COL. BRANDON BAER: Traditionally, we do a large operational type test, where our approach has been lab-based testing, [cyber]-based testing, and then doing what we're calling soldier touchpoints. They're smaller experiments, but we're doing more of them. It gives us an opportunity to capture data, soldier feedback at different points of time. We call it developmental operations or DevOps. We can go back and tweak the stuff, fix any problems, get it back out there and continue to collect feedback. But I think it's extremely important due to current conditions with COVID-19, and everything else. Because everything has kind of gone into a large pause. And if we would have had a large pause during operational tests, it could be six months or a year before we have another opportunity to do that, where when you're doing multiple events ... we're capturing data at different times and different soldier feedback, you're not reliant upon one event. As we move forward, I see continuous benefits through that. https://www.c4isrnet.com/battlefield-tech/c2-comms/2020/05/13/the-army-network-plan-to-compete-everything/

  • Contract Awards by US Department of Defense - March 12, 2019

    March 15, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - March 12, 2019

    NAVY Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded a $273,053,534 cost-plus incentive-fee, cost-plus-fixed-fee, firm-fixed-price contract for technical engineering services, design and development engineering, component and full scale test and evaluation engineering, and tactical underwater launcher hardware production to support the development and production of the Common Missile Compartment. Work will be performed in Sunnyvale, California (55 percent); Ridgecrest, California (20 percent); Cape Canaveral, Florida (10 percent); Bangor, Washington (5 percent); Kings Bay, Georgia (5 percent); Barrow-In-Furness, England (2 percent); New London, Connecticut (1 percent); Quonset Point, Rhode Island (1 percent); and Arlington, Virginia (1 percent), and is expected to be completed by March 31, 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $39,631,234 will be obligated on this award. Fiscal 2019 United Kingdom Common funding in the amount of $24,369,442 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was not competitively solicited pursuant to 10 U.S. Code. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0015). Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $84,108,050 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform design and development studies, technology demonstrations and engineering services for rapid technology development for the Joint Air-to-Surface Standoff Missile, Long Range Anti-Ship Missile, Joint Air-to-Ground Missile and Hellfire baseline weapon systems. Work will be performed in Orlando, Florida, and is expected to be completed in March 2024. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,584,507 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0020). Smartronix Inc., Hollywood, Maryland, is awarded a $72,374,593 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides information management and information technology support services to sustain the analysis, design, development, integration, test, deployment and operations of information technology systems and services. This contract includes help desk, software engineering, financial and business application, server operations, application hosting, desktop, audiovisual and video teleconferencing support services. Work will be performed in China Lake, California (80 percent); and Point Mugu, California (20 percent), and is expected to be completed in March 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0027). Ch2m Hill Inc., Englewood, Colorado, is awarded a $68,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract for comprehensive long-term environmental architect-engineering services on Navy and Marine Corps installations at sites in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility. The work to be performed provides for architectural and engineering services to provide program management and technical environmental services in support of the Department of the Navy's Environmental Restoration Program, Munitions Response Program, and other similar programs at any Navy and Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. After award of this modification, the total cumulative contract value will be $308,000,000. Work will be performed primarily in Puerto Rico (35 percent); California (18 percent); Virginia (15 percent); Washington (12 percent), North Carolina (8 percent); Maryland (7 percent); Mississippi (3 percent); and Washington, District of Columbia (2 percent), and is expected to be completed by March 2020. 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 environmental restoration, (Navy). The contractor was chosen using federal acquisition regulation Part 36, Architect-Engineer Services on an unrestricted basis. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (contract number N62470-16-D-9000). Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $64,993,500 firm-fixed-price contract for P-704 Sewer Lift Station and Relief Sewer Lines, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for two major components. The first component is a new wastewater pump station to replace existing pump station SY-001. The second component is a new gravity sewer main along South Avenue that replaces an existing gravity trunk sewer. A new pump station and gravity sewer line are required to accommodate the anticipated increase in wastewater flows from proposed shore activities within the existing pump station SY-001 collection area and to accommodate peak wet-weather flows with the required level of redundancy. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $64,993,500 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-19-C-1515). Joyce & Associates Construction Inc.,* Newport, North Carolina (N40085-19-D-8044); Olympic Enterprises Inc.,* Hubert, North Carolina (N40085-19-D-8045); Owens Construction Inc.,* Beaufort, North Carolina (N40085-19-D-8046); Pyramid Contracting LLC,* Irmo, South Carolina (N40085-19-D-8047); and TE Davis Construction Co.,* Jacksonville, North Carolina (N40085-19-D-8048), are being awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for maintenance and repair project. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and the surrounding area. Joyce & Associates Construction Inc. is being awarded an initial task order of $498 for the head repairs at Building 1747 at Camp Lejeune, North Carolina. Work is expected to be completed by July 2019. The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2019 operations and maintenance, (Marine Corps) (O&M,MC) contract funds in the amount of $498 are obligated on this award and will expire at the end of fiscal 2019. Future task orders will be primarily funded by O&M,MC. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Burns & McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer (AE) services for various fire protection projects at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC), Pacific. The work to be performed provides for architect-engineer fire protection services with associated multi-discipline architect-engineer support services. AE fire protection services include, but are not limited to, design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites, etc.; design-build request for proposal documents; design-bid-build construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by architecture/engineering firms and government forces; water flow testing; final acceptance testing of all types of installed fire protection systems; post construction award services; and other miscellaneous services. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent). The term of the contract is not to exceed 60 months, with an expected completion date of March 2024. Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-0006). NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,981,174 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Whiting Field and outlying areas. The work to be performed to include facility investment, pest control, other (swimming pools), grounds maintenance and landscaping, pavement clearance, utilities management, electrical, wastewater, water, base support vehicles and equipment, and other related services. The maximum dollar value including the base period and seven option years is $96,721,878. Work will be performed in Milton, Florida (67 percent); and outlying areas (33 percent), and is expected to be completed by March 2020. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 working capital funds (Navy); fiscal 2019 Defense Health Program; and fiscal 2019 family housing operation and maintenance (Navy) contract funds in the amount of $8,359,610 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740). DEFENSE SECURITY SERVICE iWorks Corp., Reston, Virginia, was awarded a $48,980,260.80 firm-fixed-price contract for the Defense Security Service (DSS) Vetting Risk Operations Center (VROC) and Consolidated Adjudications Facility (CAF) Personnel Security Support Services. The contract provides for the Personnel Security Support Services to assist in successfully executing the vetting mission for the Defense Vetting Directorate. Work will be performed at the DSS VROC office located in Hanover, Maryland; and the Department of Defense CAF office in Ft. Meade, Maryland, with an expected completion date of Feb. 4, 2024. Fiscal 2019 operations and maintenance funding in the amount of $7,310,770 are being obligated at time of award. This contract was a competitive acquisition and multiple proposals were solicited on government-wide point of entry (https://www.fbo.gov) and four proposals were received. The Defense Security Service Office of Acquisitions, Quantico, Virginia, is the contracting activity (HS0021-19-C-0001). DEFENSE LOGISTICS AGENCY Honeywell International Inc., Clearwater, Florida, has been awarded a maximum $12,788,000 firm-fixed-price contract for Inertial Navigation Systems. 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 one-year contract with one one-year option period. The option is being exercised at time of award. Location of performance is Florida, with a June 22, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0116). Honeywell International Inc., Clearwater, Florida, has been awarded a $7,724,728 firm-fixed-price contract for Inertial Navigation Kits. This is a 22-month base contract with one one-year option period. The option was exercised at time of award. This was a competitive acquisition with one response received. Location of performance is Florida, with a Jan. 2, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-C-0099). (Awarded March 8, 2019) R. B. Allen Co., Inc., North Hampton, New Hampshire, has been awarded a maximum $7,531,007 requirements contract for casualty control communication systems to include technical data, training, testing, and shipping. 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 one-year base contract with four one-year option periods. Location of performance is New Hampshire, with a March 18, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy capital improvement program funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-D-0001). UPDATE: Globe Trailer Manufacturing Inc., Bradenton, Florida (SPE8EC-19-D-0039) has been added as an awardee to the multiple-award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008, announced April 20, 2017. ARMY ExpFederal Inc., Chicago, Illinois, was awarded an $11,254,947 firm-fixed-price contract for electrical safety assessments, repairs program, materials management and control services for U.S. Forces-Afghanistan. Bids were solicited via the internet with 12 received. Work will be performed in Bagram, Afghanistan, with an estimated completion date of March 11, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,254,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-C-0008). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1783465/

  • Army awards contract to build new TNT production facility in Kentucky

    November 13, 2024 | International, Land

    Army awards contract to build new TNT production facility in Kentucky

    The U.S. has picked a location to restart its TNT production domestically as it races to ramp up 155mm production.

All news