Back to news

January 6, 2023 | International, C4ISR

Pentagon hosts Five Eyes partners for zero-trust cybersecurity talks

Both zero trust and international collaboration are foundational to the Pentagon’s Joint All-Domain Command and Control endeavor, or JADC2.

https://www.c4isrnet.com/cyber/2023/01/06/pentagon-hosts-five-eyes-partners-for-zero-trust-cybersecurity-talks/

On the same subject

  • Excluded from cooperative plans in Europe, UK sets groundwork for future fighters

    June 27, 2018 | International, Aerospace

    Excluded from cooperative plans in Europe, UK sets groundwork for future fighters

    By: Andrew Chuter LONDON ― Expectations are growing among industry executives and analysts that the British government will use a huge gathering of international air force chiefs in the U.K. in mid-July to outline a strategy leading to development of a new generation of fighter jets for the post-2040 era. Left out in the cold by a joint Franco-German plan to develop a new fighter, Ministry of Defence officials ― supported by industry ― have been working for months on a combat air strategy to sustain Britain's capabilities beyond the Eurofighter Typhoon, and they are determined to figure out a way forward this summer. With more than 50 air force chiefs from around the world expected to attend the Royal International Air Tattoo at Fairford, southern England, as part of the Royal Air Force's centenary celebrations, it is likely the British will use the event to kick-start plans to develop an eventual replacement for the Typhoons, which form the backbone of the country's fighter fleet. “We are definitely hoping that between the NATO summit, the Royal International Air Tattoo and the Farnborough air show in mid-July, something gets announced to get the combat air strategy underway,” said Paul Everitt, the CEO at ADS, a U.K. defense and aerospace trade organization. Consultant Howard Wheeldon, of Wheeldon Strategic, who is very much plugged into MoD and industry circles, said nothing was set in stone yet, but he expects some kind of announcement, possibly at the Royal International Air Tattoo , which starts July 13. “I do get the impression they will go for something big in the way of an announcement. It could be something along the lines of ‘this is what we would like to do, and we want to do it with partners.' In part it's meant to be a bit of a shock to France and Germany,” Wheeldon said. An MoD spokesman told Defense News that the U.K.'s air combat strategy “will aim to set the policy goals that will maximize the national strategic value in combat air, including operational capability; technological advantage; economic benefits; industrial capability, capacity and skills; prosperity; and export outcomes, and will set clear parameters for industry to drive long-term, sustainable improvements in productivity and efficiency to ensure the U.K. combat air sector remains world-leading and internationally competitive.” “It will signal to international partners the U.K.'s approach to combat air capability development, encouraging a wider dialogue with partners and allies over future cooperation,” the MoD spokesman added. Everitt said any announcement would fall short of a program go-ahead, but expects a significant step forward by the British. “I think it will be a commitment to a strategy rather than a strategy itself. It will cover some of the key elements they will need to address rather than a commitment to build. Nevertheless, in terms of making progress I see it as a big step forward,” he said. Everitt said the jointly funded government-industry UK Defence Solutions Centre has already been tasked with looking at potential international partners and future customers for a sixth-generation jet. The ADS boss said the “politics of the situation are if we want to interest potential partners or even customers, we are going to have to demonstrate we have something that's real.” “If we want to be taken seriously, we have to put something on the table. Time pressures mean while we would not necessarily like to do it in this environment, we have to put something out there to say we have the capability and political intent to do this,” Everitt said. What the British don't have, however, is the money to go it alone in developing a new fighter. So a partner, or two, is essential if the country's air combat-dominated defense industry is to remain a leading player. “We will still have sufficient time over the course of the next five years that if we begin to make progress with this we will be able to combine with other players, be it France and Germany, or others around the world. But to meet any kind of timetable we have to start doing something now,” Everitt said. Jon Louth, the director of defense, industries and society at the Royal United Services Institute think tank in London, said it's a big ask to see the U.K. joining the nascent program now being touted by France and Germany. “The Germans and the French want to go it alone on this and almost have it as a European Union exemplar,” Louth said. “Politics aside, I think U.K. will likely want to move quicker than Franco-German partners, even if we were let in.” France has suggested Britain could be brought into the program at a later date, but Everitt questioned the value of any deal that didn't give the defense sector in Britain a leading role. “As we look beyond Europe, it's a bit tricky who we might establish a partnership with. With us having difficult conversations with colleagues in the European Union, we need the strategic vision and political preparedness to make some quite challenging decisions about who might be a potential partner in this project,” he added. Wheeldon reckons a combat air strategy will emphasize partnerships at the international and domestic levels. “I think the signals put out from the strategy will be very positive, particularly in terms of looking for a partnership with another country. It could be Italy, Turkey, Sweden, Japan or whoever. It will also likely [emphasize] Britain's defense-industrial base and its importance, so any government partnership will be with them as well,” Wheeldon said. Louth said the U.S. might provide another partnering option, although there looks to be a gap between the likely requirements of the two countries. “The U.S. seems to be talking about a larger platform than we want, so there could be some interesting options around new partners that would fit the British Brexit narrative of global markets,” he said, referring to Britain's exit from the European Union. “I sense that we will start to hear about an emerging combat air replacement program in July, and there might even be some early money from the government to start thinking about capabilities and, longer term, a demonstrator,” he added. BAE Systems already has a deal with Turkey to help develop the TF-X fighter program being pursued by President Recep Tayyip Erdogan's government, while the British and Japanese governments announced last year they were looking at options for collaborating on a new generation of fighters. However, The Financial Times has reported the British deal with Turkey is running into trouble over issues surrounding the passing of intellectual property related to sensitive aircraft and engine technology to Ankara. BAE continues to lead in the development of technologies for the Typhoon and is Lockheed Martin's main international partner in the F-35 program. It is also part of a stalled Anglo-French partnership to investigate unmanned combat vehicle technologies. In a statement, the company said it is working closely with the Royal Air Force and industry partners to further develop “Britain's work-leading combat air capability” and envisions a future combat air system developed with international partners that is flexible, affordable and customizable for export. But for such a vision to move forward, Everett said, the role of Britain must be clear. “The industrial question is would we have sufficient lead in any joint program to make it worthwhile. That perhaps is a more serious question in any U.K.-French-German mix.” https://www.defensenews.com/digital-show-dailies/farnborough/2018/06/25/excluded-from-cooperative-plans-in-europe-uk-sets-groundwork-for-future-fighters/

  • Contract Awards by US Department of Defense - August 28, 2020

    August 31, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - August 28, 2020

    MISSILE DEFENSE AGENCY Lockheed Martin Corp., Sunnyvale, California, is being awarded a $911,765,000 modification (P00049) for existing sole source, indefinite-delivery/indefinite-quantity contract HQ0147-12-D-0001 for Terminal High Altitude Area Defense element development and support services. This modification brings the total maximum ceiling value of this contract from $2,335,000,000 to $3,246,765,000. This modification provides for the extension of the period of performance for additional incremental development, support to flight and ground test programs and responsive support to warfighter requirements to sustain the Ballistic Missile Defense System throughout the acquisition life cycle. Expected completion dates will be established under subsequent task order awards. The work will be performed at Sunnyvale, California; and Huntsville, Alabama. No funding is being obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Abbott Rapid DX North America LLC, Orlando, Florida, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of BinaxNOW rapid point-of-care antigen tests for COVID-19. The initial order is valued at $760,000,000 for 150 million tests and distribution costs. This was a sole-source acquisition to meet an urgent and compelling national need. An Emergency Use Authorization has been approved and signed by the Food and Drug Administration for this contract award. This is a four-month contract with no option periods. Locations of performance are Florida and Maine, with a Dec. 31, 2020, ordering period end date. Using customer is the Department of Health and Human Services. The maximum dollar value on the contract is $1,500,000,000. Type of appropriation is fiscal 2020 CARES Act funding. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0027). (Awarded Aug. 27, 2020) Petro Star, Inc.,* Anchorage, Alaska (SPE605-20-D-4008, $62,088,432); Delta Western LLC, Seattle, Washington (SPE605-20-D-4002, $32,629,727); Crowley Government Services, Jacksonville, Florida (SPE605-20-D-4005, $26,468,885); and Petro 49 Inc.,* doing business as Petro Marine Services, Seward, Alaska (SPE605-20-D-4009, $15,852,473), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE0600-20-R-0222 for various types of fuel. These were competitive acquisitions with 18 responses received. They are 60-month contracts with a six-month option period. Locations of performance are Alaska, Florida and Washington, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Breton Industries Inc.,* Amsterdam, New York, has been awarded a maximum $17,810,477 firm-fixed-price contract for vehicular door handles, soft top parts kits, vehicular fitted covers and vehicular curtain assemblies. This was a competitive acquisition with four offers received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with an Aug. 27, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0166). Immix Technology Inc., McLean, Virginia, has been awarded a maximum $17,637,924 firm-fixed-price delivery order (SP4701-20-F-0161) against five-year basic ordering agreement NNG-15-S-C39B with one five-year option period for IBM software maintenance support renewal. This was a competitive acquisition with four responses received. This is a one-year base contract with two one-year option periods. Location of performance is Virginia, with an Aug. 31, 2021, performance completion date. Using customer is the Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania. AMG Engineering & Machining Inc., Indianapolis, Indiana (SPE4A7-20-D-0363, $17,236,056); and Janel's Industries Inc., Dowagiac, Michigan (SPE4A7-20-D-0362, $13,155,156), have each been awarded a maximum firm-fixed-price, indefinite-quantity contract under solicitation SPE4A7-20-R-0032 for aircraft structural fittings. This was a competitive acquisition using justification 15 U.S. Code 657f, as stated in Federal Acquisition Regulation 6.206. This is a five-year contract with no option periods. Locations of performance are Michigan, Florida and Indiana, with an Aug. 28, 2025, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. AIR FORCE National Strategic Research Institute – University of Nebraska, Lincoln, Nebraska, has been awarded a maximum $92,000,000 single-award, indefinite-delivery/indefinite-quantity contract for research and development services supporting U.S. Strategic Command (USSTRATCOM) and other government agencies. The contract is specifically for obtaining Department of Defense essential engineering, research and development capabilities and mission-related research including test, evaluation, and systems analysis of related topics for USSTRATCOM in the defined core competencies of nuclear detection and forensics, detection of chemical and biological weapons, active and passive defense against weapons of mass destruction and consequence management. Work will primarily be performed at the University of Nebraska-Lincoln, Lincoln, Nebraska; and University of Nebraska Medical Center, Omaha, Nebraska, and is expected to be completed Feb. 28, 2026. This award is a result of a sole-source acquisition. Fiscal 2020 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award. The 55th Contracting Squadron, Offutt Air Force Base, Nebraska, is the contracting activity (FA4600-20-D-0003). PLEXSYS Interface Products, Camas, Washington, has been awarded a $66,771,502 firm-fixed-price, time and materials contract to the Airborne Warning and Control System (AWACS) Mission Crew Training Set (MCTS) effort. This contract will provide services to support the AWACS Block 40/45 system by providing operations and maintenance to eight MCTS systems. This contract will ensure that these MCTS systems are ready for training at the beginning of each training day, ensuring it remains operational throughout training events and then securing it at the conclusion of the training day. Work will be performed at Tinker Air Force Base, Oklahoma; Kadena Air Base, Japan; Nellis AFB, Nevada; and Joint Base Elmendorf, Alaska, and is expected to be completed by July 2024. This award is the result of a sole-source acquisition. Fiscal 2020 centralized asset management aircraft procurement funds in the amount of $12,142,258 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8730-20-C-0009). M1 Support Services, Denton, Texas, has been awarded a $25,649,894 modification (P00050) to contract FA4890-16-C-0012 for the T‐38 aircraft maintenance program. The modification will provide intermediate and organizational maintenance of T‐38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Work will be performed at Beale Air Force Base, California; Holloman AFB, New Mexico; Joint Base Langley-Eustis, Virginia; Tyndall AFB, Florida; and Whiteman AFB, Missouri, and is expected to be completed Sept. 30, 2021. Fiscal 2021 operations and maintenance funds will be used, but no funds will be obligated at time of award. Acquisition Management and Integration Center, Joint Base Langley-Eustis AFB, Virginia, is the contracting activity. Frontier Technology Inc., Beavercreek, Ohio, has been awarded an $18,838,565 cost-plus-fixed-fee modification (P00016) to life cycle decision support contract FA8806-19-C-0004 for additional support and analysis. The contract modification provides for the support and analysis to aid in the rapid prototyping and delivery of Enterprise Ground Services to future and existing U.S. Space Force missions. Work will be performed in Colorado Springs, Colorado; and Los Angeles, California, and work is expected to be completed by Sept. 4, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $6,700,000 are being obligated at the time of award. Total cumulative face value of the contract is $85,525,491. Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. Range Generation Next LLC, Sterling, Virginia, has been awarded a $17,620,089 cost-plus-fixed-fee modification (P000313) to contract FA8806-15-C-0001 for cyber hardened infrastructure support Phases Three and Four. This modification supports an increase in launch and test range requirements. Work will be performed at Eastern Range, Patrick Air Force Base, Florida; and Western Range, Vandenberg AFB, California, and is expected to be completed Feb. 24, 2023. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8806-15-C-0001). Credence Management Solutions LLC, Vienna, Virginia, has been awarded an $8,661,142, bilateral second option for task order FA3002-18-F-0162 to continue providing flight training operations support to Air Education and Training Command fighter aircrew at Joint Base San Antonio (JBSA) Randolph and Lackland, Texas; Columbus Air Force Base, Mississippi; Laughlin AFB, Texas; Vance AFB, Oklahoma; Tucson Air National Guard (ANG) Base, Arizona; Little Rock ANG Base, Arkansas; Altus AFB, Oklahoma; Pensacola Naval Air Station, Florida; Fort Rucker, Alabama; and the U.S. Air Force Academy, Colorado, and is expected to be completed August 2021. This task order incorporates the addition of two schedulers at JBSA–Randolph, and the Service Contract Labor Standards, Department of Labor Wage Determinations and the Collective Bargaining Unit for Altus AFB. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The Air Force Installation Contracting Center, JBSA-Randolph, Texas, is the contracting activity. ARMY EFW Inc., Fort Worth, Texas, was awarded a $55,365,964 modification (P00010) to contract W15QKN-20-F-0331 to increase the contract ceiling amount and extend the contract period of performance to procure hardware in support of the Mortar Fire Control System. 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 Dec. 28, 2022. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded April 1, 2020) Legacy Joint Venture Group LLC,* Warner Robins, Georgia, was awarded a $49,000,000 firm-fixed-price contract to provide rapid response with new construction, renovation, upgrades, improvement, maintenance or repair of government facilities. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2025. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-D-4007). Advanced Systems Technology Inc.,* Lawton, Oklahoma, was awarded a $24,331,428 firm-fixed-price contract for to replace the existing tactical communication subsystems towers and antenna system equipment to properly operate, display and protect the Joint Readiness Training Center instrumented systems. Bids were solicited via the internet with two received. Work will be performed in Fort Polk, Louisiana, and Lawton, Oklahoma, with an estimated completion date of Aug. 27, 2022. Fiscal 2020 operations and maintenance (Army) funds; and 2019 and 2020 other procurement (Army) funds in the amount of $24,331,428 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-C-0018). Henry M. Jackson Foundation, Bethesda, Maryland, was awarded an $18,808,103 cost-plus-fixed-fee contract for medical research to implement a multifaceted artificial intelligence initiative at the Biotechnology High-Performance Computing Software Applications Institute to support scientific research in multiple areas of military medicine. Bids were solicited via the internet with one received. Work will be performed in Bethesda, Maryland, with an estimated completion date of Aug. 16, 2023. Fiscal 2020 Defense Health Program and research, development, test and evaluation (Army) funds in the amount of $4,673,419 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-20-C-0031). Alstom Renewable US LLC, Greenwood Village, Colorado, was awarded a $15,943,367 firm-fixed-price contract to perform all work required to rewind two hydroelectric generating units at Hartwell Powerhouse. Bids were solicited via the internet with four received. Work will be performed in Hartwell, Georgia, with an estimated completion date of May 31, 2022. Fiscal 2020 hydropower customer funded funds in the amount of $15,943,367 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0025). McMillen LLC, Boise, Idaho, was awarded a $12,231,000 firm-fixed-price contract for equipment, structures and all labor, plant, equipment and materials for the rehabilitation of the two low-level outlets of the Coolidge Dam. Bids were solicited via the internet with five received. Work will be performed at the Coolidge Dam, Arizona, with an estimated completion date of Oct. 22, 2022. Fiscal 2020 Bureau of Indian Affairs construction funds in the amount of $12,231,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-C-0018). EA Engineering, Science and Technology Inc.,* Hunt Valley, Maryland, was awarded an $8,025,292 firm-fixed-price contract to address groundwater contamination resulting from historical releases at Kirtland Air Force Base. Bids were solicited via the internet with two received. Work will be performed at Kirtland Air Force Base, New Mexico, with an estimated completion date of Aug. 27, 2025. Fiscal 2020 environmental restoration, defense funds in the amount of $8,025,292 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-20-C-0020). NAVY La Jolla Logic, San Diego, California (M68909-20-D-7601); Pueo Business Solutions LLC, Fredericksburg, Virginia (M68909-20-D-7602); Axcend, Inc., Fairfax, Virginia (M68909-20-D-7604); Lumbee Tribe Enterprises LLC, Pembroke, North Carolina (M68909-20-D-7605); and Trillion Technology Solutions, Inc., Reston, Virginia (M68909-20-D-7606), are being awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for network, engineering, testing and cybersecurity support services with an estimated ceiling value of $46,000,000. Work will be performed in Camp Pendleton, California, and is expected to be complete by May 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1,500 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website, with 17 offers received. The Marine Corps Systems Command, Marine Corps Tactical Systems Support Activity, Camp Pendleton, California, is the contracting activity. (Awarded Aug. 27, 2020) Coastal Marine Services Inc., San Diego, California (N50054-20-D-0007); and Thermcor Inc., Norfolk, Virginia (N50054-20-D-0008), are each being awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to provide insulation and lagging removal and installation. Coastal Marine Services Inc. is awarded an $18,903,577 contract and Thermcor Inc. is awarded a $23,020,821 contract for a total amount of $41,924,398. Work will be performed in Norfolk, Virginia, and is expected to be completed by August 2021, and if all options are exercised, by August 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $24,000 ($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 multiple 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. Mare Island Dry Dock, Vallejo, California, is awarded a $15,378,728, 50-calendar day, firm-fixed-price contract (N32205-20-C-4066) for the mid-term availability of the fleet replenishment oiler USNS Henry J. Kaiser (T-AO 187). The $15,378,728 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include forward and port side superstructure preservation and steel repairs, ballast tank preservation forepeak, flight deck non-skid renewal, miscellaneous steel repairs, tank preservation 1S, 8C and 10C, main engine 12,000-hour overhaul, multiple cable transit repair, marine sanitation device tank replacement, number 4 ship service diesel generators resilient engine mount replacement and vent plenum preservation. The contract includes options which, if exercised, would bring the total value to $16,715,800. Work will be performed in Vallejo, California. Expected period of performance is Oct. 14, 2020, through Dec. 2, 2020. Fiscal 2021 working capital (Navy) funds, excluding options, in the amount of $15,378,728 will be obligated at time of the award. This contract was competitively procured, with proposals solicited via the beta.sam.gov website and two offers were received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-C-4066). Basic Commerce and Industries Inc.,* Moorestown, New Jersey, is awarded a $12,281,171 indefinite-delivery/indefinite-quantity, cost-reimbursement-type contract for research, development, production, integration, installation, software support and maintenance of Weather Radar Through-the-Sensor systems. This five-year contract includes no options. Work will be performed in Moorestown, New Jersey (95%); and San Diego, California (5%). The period of performance is from Aug. 28, 2020, through Aug. 27, 2025. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders using research, development, test and evaluation (Navy); other procurement (Navy); and operations and maintenance (Navy) funds. This contract was awarded with circumstances permitting other than full and open competition pursuant to the authority of 10 U.S. Code 2304(c)(5) as implemented by Federal Acquisition Regulation 6.302-5. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-D-3413). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2329454/

  • Contract Awards by US Department of Defense - November 16, 2018

    November 19, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 16, 2018

    AIR FORCE Space Vector Corp., Chatsworth, California (FA8818-19-D-0001); and OrbitalATK Inc., Chandler, Arizona (FA8818-19-D-0002), have been awarded a combined ceiling $424,000,000 multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, firm-fixed-price and cost-plus-fixed-fee for Sounding Rocket Program-4 (SRP-4). The SRP-4 contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program's suborbital mission. This contract will be used to meet Department of Defense and other government agency requirements for sub-orbital research, development, and test launch services, including prototype demonstrations and missile defense targets. Work will primarily be performed in Chatsworth, California; Chandler, Arizona, and a variety of government launch sites, depending on mission requirements. This award is the result of a competitive acquisition with a seven-year ordering period. Space and Missile Systems Center, Kirtland Air Force Base, New Mexico, is the contracting activity. DEFENSE LOGISTICS AGENCY Labatt Food Service, San Antonio, Texas, has been awarded a maximum $295,636,225 firm-fixed-price, indefinite-delivery/indefinite-quantity with economic-price-adjustment contract for full line food distribution support for the San Antonio region. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period, and one two-year option period. Location of performance is Texas, with a Nov. 15, 2023, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3206). Allison Transmission, Indianapolis, Indiana, has been awarded a maximum $20,781,402 firm-fixed-price contract for transmission overhaul kits. 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 13-month contract with no option periods. Location of performance is Indiana, with a Dec. 31, 2019, 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-0057). Peckham Vocational Industries,** Lansing, Michigan, has been awarded an $8,609,660modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-N029) with two one-year option periods for drawers. This is a firm-fixed-price contract. Location of performance is Michigan, with a Nov. 21, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. NAVY Lockheed Martin Corp., Baltimore, Maryland, is awarded a $282,085,646 not-to-exceed undefinitized contract action modification to previously-awarded contract N00024-18-C-2301 for long-lead-time material and detail design in support of the construction of four Multi-Mission Surface Combatant ships (MMSC). The MMSC is a lethal and highly maneuverable surface combatant capable of littoral and open-ocean operation. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Marinette, Wisconsin (55 percent); Baltimore, Maryland (23 percent); Herndon, Virginia (11 percent); Moorestown, New Jersey (6 percent); Manassas, Virginia (1 percent); San Diego, California (1 percent); and various places below one percent (3 percent), and is expected to be completed by October 2025. Foreign military sales (Kingdom of Saudi Arabia) funding in the amount of $124,201,733 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia (N00189-19-D-Z012); Cydecor Inc., Arlington, Virginia (N00189-19-D-Z013); and Whitney, Bradley and Brown Inc., Reston, Virginia (N00189-19-D-Z014), are awarded an estimated $69,920,361 multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide management support services to facilitate warfighting, manpower and business transformation initiatives in support of the Deputy Chief of Naval Operations, Information Dominance. The contracts will run concurrently and will include a 60-month base ordering period with no additional options. Work will be performed at government facilities in Arlington, Virginia (90 percent), and at the various contractor locations in which the percentage of work at each of those locations cannot be determined at this time (10 percent). The ordering period will begin March 2019 and is expected to be completed by February 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated (approximately $33,333 on each of the three contracts to fund the contracts' minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was posted to the Federal Business Opportunities website, with ten offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity. Kellogg Brown and Root Services Inc., Houston, Texas, is awarded $55,452,842 for task order A00011 under previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-17-D-4012) to exercise the first option period for base operations support services at Camp Lemonnier, Djibouti, and other areas within Africa. The work to be performed provides for all management and administration, public safety, galley, ordnance, air operations, fire and emergency services, bachelor quarters, housing, pest control, integrated solid waste, base support vehicles and equipment, custodial, electrical, water, wastewater, port operations, supply, morale-welfare-recreation, facilities investment, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $122,263,227. Work will be performed at various installations in Territory of Djibouti, Africa and other areas within Africa, and work is expected to be completed November 2019. No funds will be obligated at time of award. The Naval Facilities Engineering Command, Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. Lockheed Martin Space, Sunnyvale, California is being awarded a cost-plus-fixed-fee, cost-plus-incentive-fee $49,069,660 modification (P00002) to a previously awarded contract (N00030-18-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Kings Bay, Georgia (22.25 percent); Bangor, Washington (22.80 percent); Cape Canaveral, Florida (22.22 percent); Sunnyvale, California (12.59 percent); Borgo San Dalmazzo, Italy (6.81 percent); Biddeford, Maine (3.70 percent); Denver, Colorado (2.06 percent); and other various locations (less than 1.00 percent each; 7.57 percent total), and work is expected to be completed Sept. 30, 2023. Fiscal 2019 weapons procurement (Navy) funds in the amount of $31,281,073; and fiscal 2019 research, development, test, and evaluation funds in the amount of $17,788,587 will be obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $41,329,513 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00016 to a previously awarded contract (N00030-17-C-0100) for Trident II (D5) missile production and deployed system support. The work will be performed in Sunnyvale, California (69.71 percent); Denver, Colorado (10.92 percent); Clearwater, Florida (8.78 percent); Cape Canaveral, Florida (3.04 percent); Valley Forge, Pennsylvania (1.99 percent); Santa Clara, California (1.06 percent); and other various locations (less than 1.00 percent each; 4.50 percent total) with work expected to be completed by Sept. 30, 2023. Fiscal 2019 research, development, test, and evaluation funds in the amount of $11,513,121; and fiscal 2019 weapons procurement (Navy) funds in the amount of $29,816,392 are being obligated on this award. No funds will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is being awarded $32,730,879 for modification P00003 to a previously awarded advance acquisition contract (N00019-18-C-1037) for long-lead items for Japan E-2D Aircraft JAA5 under the Foreign Military Sales program. Work will be performed in Syracuse, New York (22.04 percent); Potez, Aire-sur-l'Adour, France (11.50 percent); Edgewood, New York (8.42 percent); Menlo Park, California (6.12 percent); Woodland Hills, California (5.53 percent); Rolling Meadows, Illinois (5.01 percent); Marlborough, Massachusetts (4.59 percent); Greenlawn, New York (3.06 percent); Owego, New York (3.06 percent); Independence, Ohio (3.06 percent); Gardena, California (2.29 percent); Melbourne, Florida (2.09 percent); Clemmons, North Carolina (1.81 percent); Falls Church, Virginia (1.53 percent); Melville, New York (1.49 percent); Long Beach, California (1.17 percent); Laval, Quebec, Canada (0.04 percent); and various locations within the U.S. (17.19 percent), and is expected to be completed in August 2022. Foreign military sales funds in the amount of $32,730,879 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. IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded a $20,881,626 contract modification for recurring/non-recurring services type contract for base operations 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, and work is expected to be completed July 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 Navy working capital funds in the amount of $14,629,883.85 for recurring work will be obligated on individual task orders issued during the contract period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0500). Triton Marine Construction Corp., Bremerton, Washington, is awarded a $17,914,200 firm-fixed-price contract for the repair of trestle box beams at Naval Weapons Station (NWS) Earle. The work to be performed provides for concrete spall repairs on the underside of Trestle 1A to the pile caps, beams, and deck; carbon fiber reinforced polymer strengthening of existing reinforced concrete box beams using the wet layup process; and installation of five new pile bents ten new piles will be driven on Trestle 1A to strengthen the existing box beams at NWS Earle waterfront complex. Work will be performed in Colts Neck, New Jersey, and is expected to be completed by March 2024. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,914,200 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 six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9032). EMR Inc.,* Niceville, Florida, is awarded $16,897,000 for firm-fixed-price task order N6945019F1000 under a previously awarded multiple award construction contract (N69450-17-D-0507) for renovations to Colmer Dining Facility Building 367 at Naval Construction Battalion Center Gulfport. Renovations include expansion of cold storage areas, improvements to electrical and mechanical systems, updated parking and architectural components. In addition, a temporary kitchen facility composed of modular units will be placed in service at a separate location. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Gulfport, Mississippi, and is expected to be completed by Nov. 2021. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $16,897,000 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Technology Unlimited Group,* San Diego, California, is awarded a $15,059,071 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,798,332. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0005). Harmonia Holdings Group LLC,* Blacksburg, Virginia, is awarded a $15,028,289 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,540,512. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Blacksburg, Virginia (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0004). Effecture LLC,* San Diego, California, is awarded a $14,803,612 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,403,117. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0002). Trabus Technologies Inc.,* San Diego, California, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $38,129,755. All work will be performed in San Diego, California. The period of performance of the base award is from Nov. 16, 2018 through Nov, 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0007). Grove Resource Solutions Inc.,* Frederick, Maryland, is awarded a $14,704,521 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $39,258,893. Work will be performed at Government facilities in San Diego (90 percent) and at contractor facilities in Frederick, Maryland (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov.15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0003). Vigor Marine LLC, Portland, Oregon, is awarded an $11,668,324 firm-fixed-price contract for a 56-calendar day shipyard availability for the regular overhaul and dry docking of USNS Rappahannock (T-AO 204). Work includes general services, structural steel repairs, repair oil leaks in both port and starboard main engines, replace ballast tank level indicators, repairs to the emergency diesel generator, tank repairs and preservation to the marine sanitation device and vacuum collection holding and transfer tanks, renew valves for the ballast system, repairs to the main seawater piping, overhaul number one main seawater cooling, pump, overhaul number three ships service diesel generator turbocharger, repairs to staterooms, ship dry-docking and undocking, preservation to the ship's underwater hull and freeboard, refurbish the hauling winch assembly and motors on station number three, refurbishment of the rollers on the sliding block/transfer head/guide and refurbishment to the kingpost for station three. The contract includes options which, if exercised, would bring the total contract value to $13,586,233. Work will be performed in Portland, Oregon, and is expected to begin on Jan. 7, 2019 and is expected to be completed by March 3, 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $11,668,324 will be obligated. Funds will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with one offer received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4001). Trandes Corp.,* Lanham, Maryland, is awarded an estimated $11,619,097 contract modification to increase the ceiling of an existing indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee and cost-reimbursement contract (N66001-15-D-0146). Support includes removal of old and installation of new commercial-off-the-shelf precision approach radar; logistics and training support; remote landing site tower generator repair; tactical air navigation systems installation support; and Marine Air Traffic Control and Landing System, and Amphibious Assault Direction System sustainment support. This modification increases the estimated value of the contract from $19,226,946 to $30,846,043. This ceiling increase does not obligate funds. Funding will be obligated via task/delivery orders, which will be placed using operations and maintenance (Navy); and other procurement (Navy) funds. This modification is issued using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1) - only one responsible source. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity. Data Intelligence LLC,* Marlton, New Jersey, is awarded a $11,314,171 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract to provide systems engineering support for Space and Naval Warfare Systems Center Pacific command, control, communications, computers, and intelligence programs. This is one of six contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $28,840,430. Work will be performed at government facilities in San Diego, California (90 percent), and at contractor facilities in Marlton, New Jersey (10 percent). The period of performance of the base award is from Nov. 16, 2018 through Nov. 15, 2020. If the options are exercised, the period of performance would extend through Nov. 15, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy, Air Force and Defense Agency); operations and maintenance (Navy, Air Force and Defense Agency); other procurement (Navy and Air Force); foreign military sales; and Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-16-R-0180 published on the Federal Business Opportunities and the SPAWAR e-Commerce Central website, with 21 offers received and six selected for award. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-19-D-0006). Ratcliff Construction Inc.,* Orange Park, Florida, is awarded $9,990,000 for firm-fixed-price task order N6945019F0850 under a previously awarded multiple award construction contract (N69450-18-D-1315) for consolidation and repair of Aviation Hangar 600 at Naval Station Guantanamo Bay. The work to be performed provides for complete exterior and interior repairs consisting of underutilized space in the west “lean-to” two story structure. Remotely located areas will be consolidated into renovated spaces. This includes complete renovation of Aviation Hangar 600 to include demolition of structures and repair by replacement of mechanical, electrical, plumbing and fire protection systems. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by August 2020. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,990,000 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. ARMY DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $30,439,974 firm-fixed-price contract for small enclosure kits to support production of the Chemical Biological Protective System. 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 Nov. 15, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3009). General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, was awarded a $14,413,028 firm-fixed-price contract for Army Ground Mobility Vehicles and associated kits. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 16, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0072). VSE Corp., Alexandria, Virginia, was awarded a $13,068,557 modification (P00014) to contract W911SA-16-C-0002 for labor, equipment and transportation necessary to provide logistics readiness support services to perform and assist with property accountability, vehicle operations and supporting functions, maintenance management services, field and sustainment level maintenance, storage site operations, hands-on-training mission support, and refurbishment support at various locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico. Work will be performed in Mountain View, California, with an estimated completion date of Aug. 29, 2019. Fiscal 2019 other funds in the amount of $11,715,802 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort McCoy, Wisconsin, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1693147/source/GovDelivery/

All news