Back to news

December 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

Pentagon acquisition boss: Adapting to support the war fighter

By: Ellen Lord

The Office of the Under Secretary of Defense for Acquisition and Sustainment is rapidly transitioning from the former OUSD Acquisition, Technology, and Logistics to an organization focused on enabling our services to use innovative business practices tailored to their needs. AT&L, the enterprise's former moniker, was a congressionally mandated organizational change for the purpose of streamlining business processes to speed capability delivery to the war fighter and maximize value for the taxpayer. On Sept. 4, 2018, we had our first official day as A&S.

Though Department of Defense leadership has changed, our mission to support the war fighter through acquisition innovation remains constant. Over the past year, our team has worked to refine the A&S strategy using the National Defense Strategy as our guidebook.

Six goals, each with nested sub-priorities, emerged from our senior leadership planning sessions: enable innovative acquisition approaches that deliver war-fighting capability at the speed of relevance; build a safe, secure and resilient defense-industrial base (commercial and organic); ensure safe and resilient DoD installations; increase weapon system mission capability while reducing operating cost; promote acquisition and sustainment initiatives with key international partners; recruit, develop and retain a diverse acquisition and sustainment workforce.

A few initiatives that highlight some of these efforts are outlined below.

Cyber Model Maturity Certification, or CMMC, is a strategic solution to make security foundational to DoD acquisition. Currently, the metaphorical “mark” is not being met — most defense supply chain partners are not in compliance with the National Institute of Standards and Technology 800-171.

CMMC is a DoD certification process that measures a supply chain partner's ability to protect sensitive information through an independent third-party certification. The process will be managed by an accreditation body, which will certify, train, accredit these third parties and issue certificates. Recently, version V.06 of the model was released for review with a final version ready in January to integrate (in a phased-type approach starting fall 2020), as a mandate into all federal contracts.

The Adaptive Acquisition Framework, our most transformational acquisition policy change in decades, is set to deploy at the end of this year. It is new in the sense that it directs using the minimum amount of process to enable program managers to acquire a capability versus previous models, which dictated all those things you might not do from a vast array of process steps. Essentially, this framework cuts superfluous bureaucratic process by empowering program teams to choose a pathway based on the specific product or service being acquired. It emphasizes critical thinking and “creative compliance.”

A&S recently appointed an intellectual property leader to help develop DoD guidance and training, as well as to provide assistance across the DoD associated with acquisition, licensing and management of the newly published policy on IP (DoD 5010.44). PMs must proactively address protection of data rights at the inception of each program. Concurrently, we must continue our defense against cybersecurity threats that target U.S. IP by ensuring network security.

Lastly, we are proactively strengthening the DoD supply chain against adversaries' creative market disruptions in the global marketplace. As such, we have formed a trusted capital, or TC, ecosystem where innovative companies connect with trusted investors. Though we will not promise business, we are creating an ecosystem in technology areas where we need more trusted sources for hardware, software and services to support our war fighter. Drone Venture Day, held on Nov. 13, 2019, represented the inaugural event in a series of TC opportunities to develop domestic manufacturing capabilities by growing and strengthening our defense-industrial base.

These are a few examples of how A&S is reinventing DoD acquisition to simply and cost-effectively reduce the process of equipping our military with cutting-edge capability at the speed of relevance.

https://www.defensenews.com/outlook/2019/12/02/pentagon-acquisition-boss-adapting-to-support-the-war-fighter

On the same subject

  • Cybersecurity Agencies Warn of China-linked APT40's Rapid Exploit Adaptation

    July 9, 2024 | International, Security

    Cybersecurity Agencies Warn of China-linked APT40's Rapid Exploit Adaptation

    Global cybersecurity agencies warn about China-linked APT40's rapid exploit adaptation, targeting vulnerabilities in widely-used software across multi

  • AV to acquire BlueHalo in $4.1bn all-stock deal

    November 20, 2024 | International, Land, C4ISR, Security

    AV to acquire BlueHalo in $4.1bn all-stock deal

    AeroVironment (AV) has entered a definitive agreement to acquire BlueHalo in an all-stock transaction valued at approximately $4.1bn.

  • Contract Awards by US Department of Defense - June 16, 2020

    June 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - June 16, 2020

    ARMY EA-Wood-2 MP JV,* Hunt Valley, Maryland (W912DY-20-D-0073); and Gsina-Gilbane JV LLC,* Flemington, New Jersey (W912DY-20-D-0075), will compete for each order of the $400,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to procure the services of small business firms to perform Military Munitions Response Program responses involving conventional munitions; environmental compliance and remediation services; and other munitions-related services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 3, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Northrup Grumman Systems Corp., Linthicum Heights, Maryland, was awarded an $89,551,256 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Long Range Radar-Enhanced and Vehicle and Dismount Exploitation Radar program efforts. 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 June 15, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-20-D-0012). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $61,890,745 modification (P00282) to contract W56HZV-15-C-0095 to increase available options under the current Joint Light Tactical Vehicle trailer contract from 32 to 3,541. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2021. Fiscal 2020 procurement; defense-wide; and other procurement, Army funds in the amount of $61,890,745 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. NIC4 Inc.,* Tampa, Florida, was awarded a $16,778,695 modification (P00002) to contract W91CRB-19-D-5001 to increase various line items due to additional scope and add additional services connected with Very Small Aperture Terminals services and equipment. 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 July 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY Seqirus Inc., Summit, New Jersey, has been awarded a maximum $66,563,972 firm-fixed-price, indefinite-quantity contract for injectable influenza vaccines. This was a competitive acquisition with two offers received. This is a one-year contract with no option periods. Location of performance is New Jersey, with a June 15, 2021, performance completion date. Using customers are Army, Air Force, Navy and Coast Guard. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0004). Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $33,645,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with eight responses received. Location of performance is Puerto Rico, with a June 15, 2021, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1258). Viasat Inc., Carlsbad, California, has been awarded a maximum $8,928,000 firm-fixed-price contract for AV-8B spare parts. 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 three-month contract with no option periods. Location of performance is California, with a Sept. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-R016). Skupien Solutions, doing business as Superior Surgical,* Brentwood, Tennessee, has been awarded a maximum $8,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 122 responses received. This is a five-year contract with no option periods. Location of performance is Tennessee, with a June 15, 2025, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0043). NAVY Civil Works Contracting LLC,* Wilmington, North Carolina (N40085-15-D-0847); Hager Construction Co.,* Jacksonville, Florida (N40085-15-D-0848); Onopa Services LLC,* Sanford, Florida (N40085-15-D-0850); and Quadrant Construction Inc.,* Jacksonville, North Carolina (N40085-15-D-0851), are awarded a $60,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity multiple award construction contracts for general construction services within the Marine Corps Installations East area of responsibility. Work will be performed at various Navy and Marine Corps installation locations including, but not limited to, North Carolina (90%); Georgia (3%); South Carolina (3%); Virginia (3%); and other areas of the U.S. (1%). The work to be performed provides for general construction services including, but not limited to, new construction, demolition, total/partial repairs, interior/exterior and the alteration/renovation of buildings. Other systems and infrastructure may include civil, structural, mechanical, electrical, communication systems and the installation of new or extensions to existing high voltage electrical distribution systems; high pressure steam distribution systems; potable water distribution systems and sanitary sewer systems. Additional work provides for storm water control systems, painting, removal of asbestos materials, lead paint and incidental related work. Work is expected to be complete by June 2021. After award of this modification, the total maximum dollar value for all six contracts combined will be $150,000,000. No funds will be obligated at the time of award, and will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operations and maintenance (Marine Corps) and military construction funds. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Austal USA, Mobile, Alabama, is awarded a $43,362,470 cost-plus-fixed-fee and firm-fixed-price modification to previously awarded contract N00024-17-C-2301 to exercise options for Littoral Combat Ships (LCS) class design services and Integrated Data and Product Model Environment (IDPME) support. Work will be performed in Mobile, Alabama (60%); and Pittsfield, Massachusetts (40%). Austal USA will provide class design services, including but not limited to, technical analyses, non-recurring engineering, configuration management, software maintenance, production assessments, diminishing manufacturing sources analysis, root cause analysis and sea frame reliability analysis. Austal USA will also maintain an IDPME that provides the Navy access to enterprise data management, visualization, program management applications, network management and control. Work is expected to be complete by June 2021. Fiscal 2014 and 2015 shipbuilding and conversion (Navy); and 2020 research, development, test, and evaluation (Navy) funding in the amount of $10,954,997 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, D.C., is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado, is awarded a $33,097,127 modification on firm-fixed-price task order N69450-20-F-0077 under a multiple award construction contract for design build repairs of Building 633 at Naval Air Station Pensacola. Work will be performed in Pensacola, Florida, and provides for the design build construction, alteration and repair of Building 633 in order to return the building to full operation. Building 633 is approximately 117,000 square feet and is a historic federal facility with administrative spaces, classrooms and an auditorium. Work is expected to be complete by September 2021. After the award of this modification, the total task order value will be $34,095,501. The task order also contains seven unexercised options, which will increase cumulative task order value to $38,407,860 if exercised. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $33,097,127 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N62470-19-D-8024). AH Environmental Consultants Inc.,* Newport News, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract with a maximum amount of $15,000,000 for professional environmental consulting services within the Naval Facilities Engineering Command (NAVFAC) Southeast area of operations (AO). Initial task order is being awarded at $61,661 to update the storm water pollution prevention plan and annual comprehensive evaluation plan at the Naval Support Activity, Panama City, Florida. The work provides for professional architect-engineering services for potable water, wastewater, storm water, spill control and other related miscellaneous environmental services, to include various forms of support for these environmental programs. Work for this task order is expected to be complete by September 2020. All work on this contract will be performed at various activities in the NAVFAC Southeast AO and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $61,661 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&MN. This contract was competitively procured via the Navy Electronic Commerce Online website and five proposals were received. The NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0031). Forward Slope Inc., San Diego, California (N66001-20-D-3430); ODME Solutions LLC, San Diego, California (N66001-20-D-3431); SOLUTE, San Diego, California (N66001-20-D-3432); and Syneren Technologies Corp., Arlington, Virginia (N66001-20-D-3433), are awarded a $11,288,928 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee multiple-award contract to support meteorological and oceanographic capabilities for Foreign Military Sales systems, expeditionary/joint systems and projects supporting ashore and afloat operations worldwide. Work will be performed in San Diego, California. All four awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three one-year option periods, which will bring the potential value of this contract to an estimated $29,115,178 if exercised. The period of performance of the base award is from June 16, 2020, through June 15, 2022. If all options are exercised, the period of performance would extend through June 2025. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operations and maintenance (Navy); other procurement (Navy); research, development test and evaluation (Navy); and Foreign Military Sales funds. This contract was competitively procured via request for proposal N66001-20-R-0088 which was published on the beta.SAM.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Five offers were received and four were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $22,665,000 firm-fixed-price modification (PZ0011) to contract FA8621-17-C-6398 for F-15SA aircrew training devices (ATD). The contract modification provides for the purchase and installation of a full mission trainer (FMT), a visual database for the area of King Khalid Air Base, Saudi Arabia, and five years of contractor logistics support for existing ATDs. Work will be performed in St. Louis, Missouri; King Faisal Air Base, Saudi Arabia; and King Khalid Air Base, Saudi Arabia. This modification involves Foreign Military Sales (FMS) to Saudi Arabia, and work is expected to be completed by April 30, 2024. FMS funds in the amount of $27,040,000 are being obligated at the time of award. Total cumulative face value of the contract is $93,740,000. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Braxton Technologies LLC, Colorado Springs, Colorado, has been awarded a $19,910,587 cost-plus-fixed-fee contract modification (P00014) to contract FA8806-19-C-0003 for support to the Schriever Air Force Base Infrastructure - Minimal Viable Product (MVP) effort. This modification provides for cross-domain solutions, design, integration and rapid delivery team services. Work will be performed in Colorado Springs, Colorado, and is expected to be completed April 30, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $14,465,154 are being obligated at the time of award. The total cumulative face value of the contract is $80,366,105. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. *Small Business **Small Disadvantaged Business in Historically Underutilized Business Zone https://www.defense.gov/Newsroom/Contracts/Contract/Article/2222335/source/GovDelivery/

All news