Back to news

June 8, 2021 | International, Aerospace

U.S.A.F. Research Lab Plans to Use Reusable Rockets as Intercontinental Cargo Carriers

U.S.A.F. Research Lab Plans to Use Reusable Rockets as Intercontinental Cargo Carriers

https://www.defenseworld.net/news/29734#.YL930vlKiUk

On the same subject

  • FBI Distributes 7,000 LockBit Ransomware Decryption Keys to Help Victims

    June 9, 2024 | International, Security

    FBI Distributes 7,000 LockBit Ransomware Decryption Keys to Help Victims

    FBI has 7,000+ decryption keys for LockBit ransomware to help victims recover their data for free. If you're a victim, don't pay the ransom.

  • Contract Awards by US Department of Defense - May 13, 2019

    May 14, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - May 13, 2019

    NAVY C.E.R. Inc.,* Baltimore, Maryland (N40080-19-D-0011); Repaintex Co.,* Leesburg, Virginia (N40080-19-D-0012); Veterans Construction Coalition LLC,* Norfolk, Virginia (N40080-19-D-0013); Belt Built-CFM JV,* Crofton, Maryland (N40080-19-D-0014); G-W Management Services LLC,* Rockville, Maryland (N40080-19-D-0015); EGI-HSU JV LLC,* Gaithersburg, Maryland (N40080-19-D-0016); Desbuild Inc.,* Hyattsville, Maryland (N40080-19-D-0017); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-19-D-0018); Tidewater Inc.,* Elkridge, Maryland (N40080-19-D-0019); and Donley Construction LLC,* Aberdeen, Maryland (N40080-19-D-0020), are awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Washington area of operations (AO). The maximum dollar value including the base period and one option year for all 10 contracts combined is $240,000,000. C.E.R. Inc. is being awarded the initial task order at $4,338,999 for the renovation of Rooms A143A through 162, Building 209 at Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by December 2020. All work on this contract will be performed primarily within the NAVFAC Washington AO to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of May 2024. Fiscal 2019 supervision, inspection, and overhead; and fiscal 2019 Navy working capital funds (NWCF) in the amount of $4,338,999 are obligated on this award, of which $10,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and NWCF. This contract was competitively procured via the Navy Electronic Commerce Online website, with 50 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $139,808,430 for modification P00009 to a previously awarded, fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-16-D-1002). This modification increases the ceiling of the contract to procure up to 12,000 additional Precision Laser Guidance Sets for the Laser Joint Direct Attack Munition. Work will be performed in Fort Worth, Texas (68.23 percent); Cincinnati, Ohio (10.1 percent); St. Louis, Missouri (9.38 percent); Odessa, Missouri (4.37 percent); Simpsonville, South Carolina (4.03 percent); Minneapolis, Minnesota (1.68 percent); and various locations within the continental U.S. (2.21 percent), and is expected to be completed in April 2020. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Applied Research Laboratory, University of Hawaii, Menoa, Hawaii, is awarded a maximum value $77,209,225 five-year, sole source, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, task order contract for research, development, engineering, and test and evaluation for programs throughout the Department of Defense. Running concurrently with the maximum ceiling announcement is an initial delivery order of $777,710. Work will be performed in Manoa, Hawaii, and is expected to be complete by May 2024. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of a $777,710 will be obligated at initial delivery order and will not expire at the end of the current fiscal year. This contract is awarded pursuant to 10 U.S. Code 2304 (c) (3), as implemented in Federal Acquisition Regulation 6.302-3; industrial mobilization; engineering, developmental, or research capability; or expert services. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-D-6400). BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $32,324,635 firm-fixed-price contract for the execution of the medium auxiliary repair floating drydock (non-self-propelled) ARCO (ARDM 5) fiscal 2019 docking service craft overhaul availability. This availability will include a combination of maintenance, modernization and repair of the ARCO. This is a seven-month availability and was competed 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 maintenance, repair and modernization. Work will be performed in San Diego, California, and is expected to be completed by March 2020. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,324,635 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation N5523618R0011. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-19-C-0007). R. Stresau Laboratory Inc., Spooner, Wisconsin, is awarded a $19,982,892 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK18 MOD0 electric blasting caps and MK20 MOD2 electric squibs in support of the Navy, Army, Air Force, and Special Operations Command. The MK18 MOD0 electric blasting cap is initiated by an electric source such as a blasting machine or battery and is used in multiple explosives. The MK20 MOD2 electric squib is a stand-alone device used to ignite smokeless powder and pyrotechnic compositions used in electric demolition operations. Work will be performed in Spooner, Wisconsin, and is expected to be completed by April 2024. Fiscal 2018 and Fiscal 2019 procurement of ammunition (Air Force, Army, Navy, and Marine Corps) funding in the amount of $3,048,863 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana is the contracting activity (N00164-19-D-JR66). AIR FORCE UES Inc., Dayton, Ohio (FA8650-19-D-2904); and University of Dayton Research Institute, Dayton, Ohio (FA8650-19-D-2905), have been awarded a not-to-exceed $99,000,000 indefinite-delivery/indefinite-quantity contract for scientific research. This contract provides for scientific exploration for the discovery and/or advancement of power, energy, thermal, integration and control (PETIC) technologies in order to develop enabling materials, processes, devices, modeling and simulation for advanced high performance military weapon systems and emerging applications. Work will be performed at the Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 21, 2024. This contract is the result of a competitive acquisition and two offers were received. Fiscal 2019 research and development funds in the amount of $4,341,500 are being obligated on task orders at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the DEFENSE LOGISTICS AGENCY Raytheon Co., McKinney, Texas, has been awarded a maximum $36,739,122 firm-fixed-price delivery order (SPRPA1-19-F-CB04) against a five-year basic ordering agreement (SPRPA1-19-G-CB01) with no option periods for aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. Location of performance is Texas, with a Sept. 30, 2022, performance completion date. Using customer is Navy. Type of appropriation is fiscal 2019 through 2022 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Serco Inc., Reston, Virginia, has been awarded a maximum $21,113,749 modification (P00011) exercising the second one-year option period of a one-year base contract (SP3300-17-C-5003) with four one-year option periods for chemical management services. This is a firm-fixed-price contract with cost-reimbursement and cost-plus-fixed-fee line items. Locations of performance are Virginia, North Carolina, Florida, and California with a May 15, 2020, performance completion date. Using customer is Defense Logistics Agency Aviation. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. United Technologies Corp., doing business as Pratt & Whitney Military Engines Division, East Hartford, Connecticut, has been awarded a maximum $9,048,256 firm-fixed price contract for TF-33 aircraft engine first stage turbine blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, six-month contract with no option periods. Location of performance is Connecticut, with an Oct. 29, 2021, 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, Oklahoma City, Oklahoma (SPRTA1-19-F-0249). Safety Kleen Systems Inc., Richardson, Texas, has been awarded a maximum $8,334,836 firm-fixed-price, indefinite-quantity contract for engine lubricating oil. This was a competitive acquisition with one offer received. This is a one-year base contract with four one-year option periods. Locations of performance are Louisiana and California, with a May 12, 2020, performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-19-D-0023). DEFENSE INFORMATION SYSTEMS AGENCY DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a sole-source, firm-fixed-price delivery order (HC1084-19-F-0145) with a face value and approximate total contract value of $28,600,000, under contract NNG15SC08B on the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement contract vehicle for additional Army installation kits and spares in support of the Army Program Executive Office Command, Control, and Communications-Tactical Project Manager, Mission Command. This action is funded by fiscal 2019 procurement funds. Performance is throughout the continental U.S. The contract period of performance is 12 months. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. ARMY Stanton Engineering Services LLC,* Columbia, Missouri, was awarded a $9,000,000 firm-fixed-price contract for architect and engineering fire protection support services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0026). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1846374/source/GovDelivery/

  • FLIR Wins U.S. Army Heavyweight Robot Contract Worth Up to $109M

    December 6, 2019 | International, Land

    FLIR Wins U.S. Army Heavyweight Robot Contract Worth Up to $109M

    Arlington, Va., December 4, 2019 - FLIR Systems, Inc. (NASDAQ: FLIR) announced that its Kobra™ robot has been chosen for the United States (U.S.) Army's Common Robotic System-Heavy (CRS-H) program. The five-year production contract to build upwards of 350 unmanned ground vehicles (UGVs) is worth up to $109 million. This press release features multimedia. View the full release here: https://www.businesswire.com/news/home/20191204005221/en/ The CRS-H program will give the Army a ‘program of record' to build and sustain a fleet of large UGVs for years to come. The CRS-H platform calls for a robot weighing up to 700 pounds. Army Explosive Ordnance Disposal (EOD) units will use the system to perform a range of missions, such as disarming vehicle-borne improvised explosive devices (VBIEDs), unexploded ordnance, or related heavy-duty tasks. A variety of sensors and payloads also can be added to the UGV to support other missions. “We are pleased to be selected for the U.S. Army's CRS-H program and deliver lifesaving robotic technology to our soldiers,” said Jim Cannon, president and CEO at FLIR. “This award exemplifies why we acquired Endeavor Robotics earlier this year — to capture strategic programs of record that enable us to integrate advanced solutions for the warfighter, give us the fuel to grow our business, and strengthen our position as a leader in unmanned systems.” Over several months and two rounds of testing, the Army compared the FLIR Kobra with other vendor systems. Entrants were evaluated on robot reliability, maneuverability, and usability, among other factors before Kobra was selected as the winner. Previously, in 2017 the Army chose FLIR's legacy business, Endeavor Robotics, as its medium-sized UGV provider through the Man Transportable Robotic System Increment II (MTRS Inc II) contract. FLIR is delivering its Centaur™ UGV under this on-going program. “Our CRS-H platform will give soldiers a powerful, extremely mobile, yet highly transportable UGV, ready to deploy at a moment's notice to keep them out of harm's way,” said David Ray, president of the Government and Defense Business Unit at FLIR. “This win is a testament to our employees who've designed such an advanced, multi-mission UGV. We look forward to working with the Army to get this robot into the field and deployed with our warfighters.” FLIR Kobra delivers unmatched strength, power, and payload support in an easy-to-operate robot package. Kobra has a lift capacity of 330 lbs. (150 kg.) and can stretch up to eleven-and-a-half feet to access hard-to-reach places. Ready for indoor and outdoor use, Kobra maintains mobility on tough terrain and can overcome obstacles such as jersey barriers. The award covers a five-year production period with shipments beginning in the second quarter of 2020. For more on FLIR Systems' Unmanned Ground Systems platforms, visit www.flir.com/UIS/UGS. About FLIR Systems, Inc. Founded in 1978, FLIR Systems is a world-leading industrial technology company focused on intelligent sensing solutions for defense, industrial, and commercial applications. FLIR Systems' vision is to be “The World's Sixth Sense,” creating technologies to help professionals make more informed decisions that save lives and livelihoods. For more information, please visit www.flir.com and follow @flir.

All news