May 29, 2024 | International, Security
Cybercriminals Abuse StackOverflow to Promote Malicious Python Package
A new malicious Python package named "pytoileur" has been discovered in the Python Package Index (PyPI) repository.
December 19, 2023 | International, Land, Security
Marie-France Lalonde, Parliamentary Secretary to the Minister of National Defence, will announce a major investment in the Canadian Army on behalf of the Honourable Bill Blair, Minister of National Defence.
May 29, 2024 | International, Security
A new malicious Python package named "pytoileur" has been discovered in the Python Package Index (PyPI) repository.
November 25, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
NAVY BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded a $197,452,828, firm-fixed-price contract for the execution of the USS Wasp (LHD 1) fiscal 2021 Chief of Naval Operations scheduled docking selected restricted availability. This availability will include a combination of maintenance, modernization and repair of USS Wasp (LHD 1). This contract includes options which, if exercised, would bring the cumulative value to $237,765,941. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2022. Fiscal 2021 operation and maintenance (Navy) (97.2%); and fiscal 2021 other procurement (Navy) (2.8%) funding in the amount of $197,452,828 will be obligated at contract award, of which funding in the amount of $191,836,933 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 one offer received in response to Solicitation No. N00024-20-R-4404. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4404). (Awarded Nov. 20, 2020) Auxiliary Systems Inc.,* Norfolk, Virginia, is awarded a maximum dollar value $35,423,320 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide alternating current/direct current motors and motor generator sets repair. Work will be performed in Norfolk, Virginia, and is expected to be complete by November 2021 and if options are exercised, work will be completed by November 2025. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $12,000 ($12,000 minimum guarantee per contract) will be obligated at time of award and will expire at the end of the current fiscal year. This single award contract was procured as a small business set-aside via the beta.sam.gov website with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-21-D-0001). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $12,861,992 modification (P00004) to cost-plus-fixed-fee and firm-fixed-price order N00019-20-F-0315 against previously issued basic ordering agreement N00019-17-G-0002. This modification exercises options to modify the V-22 aircraft to the government of Japan's unique configuration requirements. Additionally, the modification exercises options for the production and delivery of nine traffic collision avoidance systems, technical support representation and preservation of aircraft post completion of unique modifications. Work will be performed in Stennis, Mississippi (75%); Ridley Park, Pennsylvania (15%); Fort Worth, Texas (5%); and Tokyo, Japan (5%), and is expected to be completed in August 2024. Foreign Military Sales funds in the amount of $12,861,992 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 Federal Management Inc.,* Tumon, Guam, is awarded a $10,366,798 indefinite-delivery/indefinite-quantity modification for the exercise of Option Number One for base operating support services at Naval Base (NB) Guam and Naval Support Activity (NSA) Andersen. The work to be performed provides for all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work to perform ground maintenance and tree trimming services for U.S. military facilities on Guam and NSA Andersen at various locations on Guam, Marianas Islands. After award of this option, the total cumulative contract value will be $19,783,731. Work will be performed in the Naval Facilities Engineering Systems Command (NAVFAC) Marianas area of operations, including but not limited to, NB Guam (70%); and NSA Andersen, Guam (30%). This option period is from December 2020 to November 2021. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); and fiscal 2021 O&M (family housing) in the amount of $7,945,193 for recurring work will be obligated on individual task orders issued during the option period. NAVFAC Marianas, Guam, is the contracting activity (N40192-20-D-9000). IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $9,112,276 recurring/non-recurring services type modification for base operating services at Naval Support Activity Annapolis. The work to be performed provides for all management, supervision, labor hours, training, equipment and supplies necessary to perform base operating services to include, but not limited to, facility investment, service calls, pest control, operation of utility plants, refuse collection, special events and snow and ice removal. Work will be performed in Annapolis, Maryland, with the contract period of Dec. 1, 2020, to Feb. 28, 2021. No funds will be obligated at time of modification award. Fiscal 2021 operation and maintenance in the amount of $5,833,247 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-20-D-0500). ARMY FLIR Unmanned Ground Systems Inc., Chelmsford, Massachusetts, was awarded a $30,100,000 modification (P00007) to contract W56HZV-19-D-0031 for reset, sustainment, maintenance and recap parts to support the overall sustainment actions of the entire FLIR Unmanned Ground Systems family of small, medium and large robots. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 23, 2020. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $20,490,500 firm-fixed-price contract to remove dredging material from the Delaware River. Bids were solicited via the internet with one received. Work will be performed in Bellafonte, Delaware, with an estimated completion date of March 22, 2021. Fiscal 2010 civil construction funds in the amount of $20,490,500 were obligated at the time of the award. The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-21-C-0007). AIR FORCE Busek Co. Inc., Natick, Massachusetts, has been awarded a $20,335,186 cost-plus-fixed-fee contract for development of a 1-2 kW Hall Thruster system for a near-term space experiment. This contract provides a contract vehicle the Air Force Research Laboratory, Aerospace Systems and Space Propulsion Division can use to address technical needs for next-generation strategic, tactical and spacecraft propulsion systems. Work will be performed in Natick, Massachusetts, and is expected to be completed Nov. 25, 2023. Fiscal 2021 research, development, test and evaluation funds in the amount of $2,559,980 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-21-C-6001). DEFENSE LOGISTICS AGENCY Epic Aviation LLC, Salem, Oregon, has been awarded a maximum $11,263,200 fixed-price with economic-price-adjustment contract for jet fuel. This was a competitive acquisition with three responses received. This is an 18-month base contract with one six-month option period. Locations of performance are California and Oregon, with a May 31, 2022, performance completion date. Using customer is Air National Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-21-D-4527). *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2427044/source/GovDelivery/
November 8, 2018 | International, Aerospace, Naval, Land, C4ISR, Security
ARMY Aegis Defense Services LLC, McLean, Virginia (W52P1J-19-D-0001); Janus Global Operations LLC, Lenoir City, Tennessee (W52P1J-19-D-0002); Reed International Inc., Leesburg, Virginia (W52P1J-19-D-0003); Sallyport Global Services, Reston, Virginia (W52P1J-19-D-0004); and Triple Canopy Inc., Reston, Virginia (W52P1J-19-D-0005), will compete for each order of the $4,000,000,000 firm-fixed-price contract for security support services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 1, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DRS Network & Imaging Systems LLC, Huntsville, Alabama, was awarded a $129,209,418 cost-plus-fixed-fee Foreign Military Sales (Australia, Egypt, Kuwait, Iraq Morocco and Saudi Arabia) contract for system technical support services, system sustainment technical support services, and post production software support services for the Direct Support Electrical System Test Set, embedded diagnostics, software loader/verifier, combined application platform and power and diagnostics services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 6, 2023. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0009). DMCA Inc.,* Arlington, Virginia (W91278-19-D-0001); Doyon Project Services LLC,* Federal Way, Washington (W91278-19-D-0002); Facility Services Management Inc.,* Clarksville, Tennessee (W91278-19-D-0003); Herman Construction Group Inc.,* Escondido, California (W91278-19-D-0004); LEGO Construction Co.,* Miami, Florida (W91278-19-D-0005); Royce Construction Services LLC,* Reston, Virginia (W91278-19-D-0006); and T&C Services LLC,* Anchorage, Alaska (W91278-19-D-0007), will compete for each order of the $49,000,000 firm-fixed-price contract for medical facility repair and minor construction. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2023. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $11,981,727 modification (P00137) to contract W56HZV-15-C-0095 for Revision One to Joint Light Tactical Vehicle Retrofit Work Directive. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 13, 2019. Fiscal 2018 other procurement, Army funds in the amount of $11,981,727 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Kipper Tool Co., Gainesville, Georgia, was awarded a $10,419,853 firm-fixed-price contract for hydraulic, electric, pneumatic operated equipment. One bid was solicited with one bid received. Work will be performed in Gainesville, Georgia, with an estimated completion date of Sept. 27, 2019. Fiscal 2017 National Guard and Reserve Equipment Appropriation funds in the amount of $10,419,853 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0051). AIR FORCE The Boeing Co., Heath, Ohio, has been awarded an $18,491,168, requirements task order for guidance and navigation system repairs for multiple aircraft platforms. Work will be performed in Heath, Ohio, and is expected to be completed by Sept. 29, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 working capital funds in the amount of $18,491,168, are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-15-F-0030). Materials Engineering and Technical Support Services, Westerville, Ohio, has been awarded a $9,750,000 indefinite-delivery/indefinite-quantity contract for research, development, test and evaluation of methods and technologies to mitigate chemical and biological threat hazards. This contract provides for literature, policy, and technology reviews; laboratory and field studies; and modeling and simulation activities to further expand the understanding of the impact of chemical and biological threat agents. Work will be performed in Westerville, Ohio; and Wright-Patterson Air Force Base, Ohio, and expected to be completed by Nov. 7, 2024. This award is the result of a competitive acquisition and one offer was received. No funds will be obligated at the time of award. Fiscal 2018, research, development, test and evaluation funds will be obligated on the initial task order. Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-19-D-6993). L-3 Communications, Greenville, Texas, has been awarded a $7,298,360 cost-plus-fixed-fee modification to contract FA8620-11-G-4026 for advanced engineering services. The contract modification is for additional engineering efforts. Work will be performed in Greenville, Texas, and is expected to be completed by Aug. 31, 2019. This contract involves 100 percent foreign military sales (FMS). This award is the result of a sole-source acquisition. FMS funds in the amount of $7,298,360 are being obligated at the time of award. Total cumulative face value of the contract is $59,019,376. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Canadian Commercial Corp., Ontario, Canada, is awarded a $9,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the refurbishment and manufacturing of the TR-343 transducer tube assemblies in support of the repair of TR-343 sonar transducers. The transducer tube assemblies are a critical component of the TR-343 transducer used in the AN/SQS-53C hull-mounted sonar array subsystem for the AN/SQQ-89(V) acoustic sonar weapons system. Work will be performed in Toronto, Canada, and is expected to be completed by November 2023. Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2019 working capital fund funding in the amount of $1,127,528 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured through the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419DGP35). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1685262/source/GovDelivery/