Back to news

May 27, 2024 | International, Land

The ISO 42001 Compliance Checklist

The ISO 42001 compliance checklist helps to lay the foundation for what your organization should expect when working towards certification.

https://thehackernews.uk/iso42001-checklist

On the same subject

  • Contract Awards by US Department of Defense - December 4, 2018

    December 7, 2018 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - December 4, 2018

    NAVY Astro Mechanical Contractors Inc.,* El Cajon, California (N62473-19-D-2416); Heffler Contracting Group,* El Cajon, California (N62473-19-D-2417); Public Works Contractor Inc., doing business as PWC Inc.,* Spring Valley, California (N62473-19-D-2418); Souza Construction Inc.,* Farmersville, California (N62473-19-D-2419); Ja'nus Ventilation and Mechanical Inc.,* Lakeside, California (N62473-19-D-2420); and Able Heating and Air Conditioning Inc.,* Chula Vista, California (N62473-19-D-2421), are each awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair by design-bid, of heating, ventilation, and air conditioning (HVAC) system projects at various government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. The maximum dollar value including a two-year base period and one three-year option period for all six contracts combined is $200,000,000. The work to be performed provides for new construction, renovation, and repair within the North American Industry Classification System code 238220, by design-build, of HVAC system projects. Types of projects may include, but are not limited to: boiler/chiller plants; digital direct controls or energy management control system; HVAC equipment energy optimization; commissioning and retro commissioning; distribution systems including, supply and return air systems, ventilation and exhaust systems, steam, glycol, medical gas, refrigerant, heating hot water and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; energy supply including oil, gas, steam, heating hot and chilled water distribution systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing. Astro Mechanical Contractors Inc., is being awarded the initial project task order at $1,618,230 to repair HVAC system in H60 Simulator Facility, Naval Base Coronado (NBC) Building 352 at NBC, San Diego. Work for this task order is expected to be completed by Dec. 19, 2019. All work on these contracts will be performed at various government installations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility including, but not limited to, California (90 percent); Arizona (6 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent), and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of November 2023. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $1,618,230 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured as a small business set-aside procurement via the Navy Electronic Commerce Online website with 19 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The NAVFAC Southwest, San Diego, California, is the contracting activity. General Dynamics Electric Boat, Groton, Connecticut, is awarded a $46,167,531 cost-plus-fixed- fee modification to a previously awarded contract (N00024-18-C-4321) for non-nuclear repair services required to support submarine maintenance. The services under this contract are for non-nuclear repair services required to support submarine overhauls, maintenance, repair and modernization upgrades; ship alterations, temporary modifications and field changes; supplies and/or ancillary services and corrective and preventative maintenance. Work will be performed in New London, Connecticut, and is expected to be completed by December 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $10,100,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Groton, Connecticut, is the contracting activity. Rockwell Collins Government Systems, Cedar Rapids, Iowa, is awarded $10,815,536 for modification P00002 to a firm-fixed-price delivery order (N0042118F0891) against a previously issued basic ordering agreement (N00421-17-G-0003). This delivery order provides fiscal 2019 funding for the Modern Transmission Security and Tactical Secure Voice Suite B, Cryptographic Equipment Application integration for the ARC-210 RT-1939A(C), RT-1990A(C) and RT-2036(C) radios in support of multiple aircraft platforms. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in January 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,815,536 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $10,782,772 cost-plus-fixed-fee contract modification to previously awarded contract N00024-12-C-4323 for long lead time material procurement and management services for CG-65 and CG-69. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for lifetime support of both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be complete by August 2019. Fiscal 2018 other procurement (Navy) funding in the amount of $10,782,772 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $7,078,327 firm-fixed-price modification to previously-awarded contract N00024-14-C-6227 to exercise options for the production of low-cost conformal arrays. Work will be performed in Liverpool, New York (90 percent); Marion, Massachusetts (8 percent); and Owego, New York (2 percent), and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funding in the amount of $6,778,327; and fiscal 2019 other procurement (Navy) funding in the amount of $300,000 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, District of Columbia, is the contracting activity. ARMY AAI Corp., doing business as Textron, Hunt Valley, Maryland, was awarded a $152,707,618 modification (P00080) to contract W911QY-17-C-0013 for logistics services. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of May 29, 2020. Fiscal 2019 other procurement, Army; and operations and maintenance, Army funds in the amount of $27,935,533 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $26,718,824 option (002620) to a previously awarded contract (FA8620-15-G-4040) for MQ-9 contractor logistics support phase three. The contractor will provide an additional period of contractor logistics support for the French Air Force. Work will be performed in Poway, California, and is expected to be completed Dec. 31, 2019. This contract involves 100 percent foreign military sales to France. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contract activity. General Electric (GE) Aviation, Cincinnati, Ohio, has been awarded an $11,116,525 firm-fixed-price contract for engineering and technical services in support of the following engines: F-16 F110-GE-100, A-10 TF-34, KC-135 F-108, B-1 F118, E-6B F108, T700-401C, J85-21B, F110, F16 C/D, F/A-18 and F110-GE-129. This contract provides for on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the GE Aviation equipment/systems to the level of self-sufficiency. Work will be performed at Buckley Air Force Base, Colorado; Baltimore, Maryland; Springfield, Illinois; Tinker AFB, Oklahoma; Naval Air Station North Island, California; Marine Corps Base Camp Pendleton, California; Isa Air Base, Bahrain; Cairo West AB, Egypt; Engine Depot, Israel; Ahmed al Jaber AB; Kuwait and Daegu AB, South Korea, and is expected to be completed by Dec. 31, 2020. This contract is the result of a sole-source acquisition. This contract involves 41.6 percent foreign military sales (FMS) to Israel; Egypt; Bahrain; South Korea, and Kuwait. Fiscal 2019 operations and maintenance funds in the amount of $5,000,000; and fiscal 2019 FMS funds in the amount of $1,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-19-D-8004). L-3 Technologies Inc., Williamsport, Pennsylvania, has been awarded a $7,795,473 firm-fixed price requirements contract for E-3 sustainment. This contract provides for repair and overhaul of E-3 electron tubes. Work will be performed in Williamsport, Pennsylvania, and is expected to be completed by June 5, 2024. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award. Funds will be obligated upon issuance of delivery orders. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-19-D-0008). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY Yellowfin Transportation, Shawnee, Kansas (HE1254-19-D-2001), is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amount of $8,570,866. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven-month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) CG Logistics, Ridgeland, Mississippi (HE1254-19-D-2002); is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for daily commute and special needs student transportation services in the amounts of $8,848,772. The location of performance is Fort Benning, Georgia. The award is for a four-year and seven month base period ending July 31, 2023; and a five-year option period ending July 31, 2028. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2016, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Dec. 3, 2018) WASHINGTON HEADQUARTERS SERVICES NetCentrics Corp., Herndon, Virginia, was awarded an $8,156,810 time and material, labor-hours, and firm-fixed-price contract modification. The contract was to obtain Joint Service Provider information technology service delivery support services for Washington Headquarters Services (WHS); the Office of the Secretary of Defense; Pentagon Force Protection Agency; and the WHS-supported organizations. Work performance will take place in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $8,156,810 are being obligated on this award. The expected completion date is May 30, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0008). (Awarded Nov. 29, 2018) *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1705364/

  • Fly like the enemy: Exercise Maple Resolve - Skies Mag

    November 26, 2023 | International, Aerospace

    Fly like the enemy: Exercise Maple Resolve - Skies Mag

    On Exercise Maple Resolve, 430 Tactical Helicopter Squadron joined the opposition force flying mission profiles not employed in decades.

  • Contract Awards by US Department of Defense - November 20, 2020

    November 25, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 20, 2020

    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/

All news