Back to news

January 10, 2019 | International, C4ISR

U.S. Air Force Contracts Lockheed Martin To Continue GPS Ground Control System Sustainment

COLORADO SPRINGS, Colo., January 9, 2019 – The U.S. Air Force awarded Lockheed Martin (NYSE: LMT) the GPS Control Segment Sustainment II (GCS II) contract to continue to sustain and further modernize the Global Positioning System (GPS) satellite constellation's ground control system through 2025. This is the follow-on contract to Lockheed Martin's current GCS contract awarded in 2013.

Under the GCS II contract, the continued upgrade of the GPS Architecture Evolution Plan Operational Control Segment (AEP OCS) will allow GPS' legacy ground control system to support GPS III satellite on-orbit operations, developed under the GPS III Contingency Operations (COps) program. COps will enable the AEP OCS to support the positioning, navigation and timing missions of the Air Force's new GPS III satellites, which began launching in 2018. In addition, GCS II will sustain the operational M-code capability being deployed in 2020 that is in development under the M-code Early Use (MCEU) contract. Operational M-code is a critical warfighter capability to support missions in contested environments.

Under the GCS contract, Lockheed Martin executed numerous engineering modifications to the OCS, including the COTS Upgrade 3(CUP3)/Ground Antenna Air Force Satellite Control Network (AFSCN) Interface Technology Refresh (GAITR) upgrade, the Remote Site COTS Network (RSCN) project, the GPS Information Protection Reinforcement (GIPR) project, the COTS Upgrade #2 (CUP2) project, and Red Dragon Cybersecurity Suite (RDCSS). These projects modernized the infrastructure, improved the cyber posture and added mission capability. The GCS II contract continues that commitment to evolving the OCS to address today's mission needs.

Under GCS II, LM will continue to manage the technical baselines for the OCS and GPS Information Network (GIN) and regularly procure, develop, fabricate, integrate, test, and install software and hardware modifications into the GPS operational baseline. Focus areas will be performing a technical refresh of the GIN and increasing the resiliency of the OCS.

“Lockheed Martin's experience integrating GCS projects as well as the system engineering and software integration performed on GPS III Contingency Operations (COps) and M-Code Early Use (MCEU) position us well to deliver GCS II,” says Maria Demaree, VP/GM Mission Solutions for Lockheed Martin Space. “We look forward to supporting the Air Force as it deploys the next generation GPS III satellites and their new capabilities for our warfighters.”

For additional GPS Ground Control System information, photos and video visit: https://www.lockheedmartin.com/en-us/products/gps.html.

About Lockheed Martin

Headquartered in Bethesda, Maryland, Lockheed Martin is a global security and aerospace company that employs approximately 100,000 people worldwide and is principally engaged in the research, design, development, manufacture, integration and sustainment of advanced technology systems, products and services.

https://news.lockheedmartin.com/news-releases?item=128657

On the same subject

  • Poland obtains flight motion missile simulator under Wisła programme - Army Technology

    June 16, 2024 | International, Land

    Poland obtains flight motion missile simulator under Wisła programme - Army Technology

    Poland's defence group PGZ now boasts Eastern Europe's only hardware-in-the-loop laboratory after an offset from Lockheed Martin under Wisła.

  • Pentagon finalizes first set of cyber standards for contractors

    February 3, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Pentagon finalizes first set of cyber standards for contractors

    Mark Pomerleau The Pentagon has finalized the long anticipated cybersecurity standards contractors will have to follow before winning contracts from the Department of Defense, a new process called the Cybersecurity Maturity Model Certification (CMMC) 1.0. The model is a tiered cybersecurity framework that grades companies on a scale of one to five based on the level of classification and security that necessary for the work they are performing. “The government and the contractor community must keep working together to address real and growing cybersecurity threats, and we need a robust response to protect our infrastructure, information, and supply chains,” said David Berteau, president and chief executive of the Professional Services Council, a trade association for federal contractors. “With today's announcement, DoD has achieved a significant milestone. Here's what industry officials need to know about the version finalized Jan. 31. Why it was needed Previously, the Pentagon did not have unified standard for cybersecurity that businesses needed to follow when bidding for contracts. Companies could claim to meet certain industry standards for cybersecurity, but those assertions were not tested by auditors, nor did the standards take into account the type of work a company was bidding to complete. Since then, defense officials have said that cybersecurity is not a one size fits all approach. In the meantime, adversaries have discovered it is easier to target unsuspecting down tier suppliers, rather than prime contractors. “Adversaries know that in today's great power competition environment, information and technology are both key cornerstones and attacking a sub-tier supplier is far more appealing than a prime,” Ellen Lord, the under secretary of defense for acquisition and sustainment, told reporters in a briefing at the Pentagon Jan. 31. Officials have said cyber theft by adversaries costs the United States about $600 billion a year. What will change? Contracts will mandate bidders reach a certain level of certification to win specific jobs. For example, if businesses aren't bidding on a contract that has extremely sensitive information, they must only achieve the first level of certification, which involves basic cybersecurity such as changing passwords and running antivirus software. More sensitive programs will require more stringent controls. Smaller companies down the supply chain will not, however, have to have the same level of certification as primes, said Katie Arrington, chief information security officer for the Office of the Under Secretary of Defense for Acquisition and the point person for the certification. Another significant change with the new process is the creation of an accreditation board and assessors. The board is an outside entity, separate from DoD, that will be charged with approving assessors to certify companies in the process. The accreditation body was formed earlier this month and officials are working on identifying and training the assessors, which will be called Certified Third-Party Assessment Organizations (C3PAO). What's next? Officials explained Jan. 31 that CMMC will follow a crawl, walk, run approach to ensure companies aren't unprepared for the change. The accreditation board is in the process of training the auditors that will oversee the certificaion. Once the requirements are met, a company's certification is good for 3 years. In the meantime, DoD plans to release 10 requests for information and 10 requests for proposals that will include the new cyber standards this year. The first solicitation could come as early as June. Arrington said earlier this week that she expects 1,500 companies to be certified by the end of 2021. She added that all new contracts starting in fiscal year 2026 will contain the cybersecurity requirements, however, Lord noted that they will not be not retroactive to previous contracts. https://www.fifthdomain.com/dod/2020/01/31/pentagon-finalizes-first-set-of-cyber-standards-for-contractors/

  • Contract Awards by US Department of Defense - September 11, 2020

    September 14, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - September 11, 2020

    NAVY WR Systems Ltd. Fairfax, Virginia, is awarded a $490,500,000 single award, indefinite-delivery/indefinite-quantity, performance based contract with provisions for cost-plus-fixed-fee and firm-fixed-price task orders. The contract is for maritime position, navigation and timing systems in-service engineering and technical support services. This contract includes a five-year ordering period with a total potential contract value of $490,500,000. Fiscal 2020 other procurement (Navy) funds in the amount of $25,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia (98%); San Diego, California (1%); and Groton, Connecticut (1%), and is expected to be completed by September 2025. The contract was competitively procured by full and open competition via the Naval Information Warfare Command e-Commerce Central website, with two timely offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-20-D-8024). Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $28,508,412 cost-plus-incentive-fee, firm-fixed-price order (N00019-20-F-0340) against basic ordering agreement N000019-19-G-0029. This order provides non-recurring and recurring engineering support associated with software and hardware development for Phase I integration of the Digital Magnetic Anomaly Detection sensor into the MH-60R aircraft. Work will be performed in Owego, New York (66%); and Montreal, Canada (34%), and is expected to be completed in October 2023. Non-Department of Defense participant funds in the amount of 3,020,159 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $9,049,721 modification (P00004) to cost-plus-fixed-fee order N00019-20-F-0571 against previously issued basic ordering agreement N00019-19-G-0008. This modification provides labor, engineering change order planning, installation and site support activities to operate the Cameri Regional Modification, Repair, Overhaul and Upgrade facility for F-35 aircraft for the government of Italy. Work will be performed in Cameri, Italy (85%); and Fort Worth, Texas (15%), and is expected to be completed by December 2020. Non-Department of Defense funds in the amount of $9,049,721 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. Eastern Research Group Inc., Chantilly, Virginia, is awarded an $8,997,911 cost-plus-fixed-fee bridge contract for analytical engineering and technical support services. Work will be performed in Indian Head, Maryland, and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $623,741 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-20-C-0012). American Apparel Inc.,* Selma, Alabama, is awarded a $7,260,212 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum of 70,200 marine corps tropical combat uniforms. Work will be performed in Selma, Alabama, and is expected to be complete by September 2025. Fiscal 2020 operations and maintenance (Marine Corps) funds in the amount of $1,201,631 will be obligated on the first delivery order immediately following contract award and funds will expire at the end of fiscal 2020. This contract was competitively procured via the official contract opportunities website beta.SAM.gov, with one offer received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-20-D-1690). ARMY Ashford Leebcor Enterprises III LLC, Williamsburg, Virginia, was awarded a $100,000,000 firm-fixed-price contract to provide maintenance and repair of real property and minor construction work for the Fort Lee military installation. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2025. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W91QF5-20-D-0001). Guyco Inc., Lampasas, Texas, was awarded a $65,705,000 firm-fixed-price contract for renovation of Hammerhead Barracks at Fort Hood. Bids were solicited via the internet with two received. Work will be performed at Fort Hood, Texas, with an estimated completion date of Dec. 4, 2022. Fiscal 2020 operations and maintenance (Army) funds in the amount of $65,705,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0034). Lockheed Martin Corp., Owego, New York, was awarded an $18,998,690 fixed-price-incentive contract for the Modernized-Radar Frequency Interferometer. Bids were solicited via the internet with one received. Work will be performed in Owego, New York, with an estimated completion date of Feb. 28, 2023. Fiscal 2018 aircraft procurement (Army); and 2020 Foreign Military Sales (Qatar) funds in the amount of $18,998,690 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0414). Weeks Marine Inc., Covington, Louisiana, was awarded an $18,065,000 firm-fixed-price contract for maintenance dredging of the Morehead City Harbor federal navigation channel. Bids were solicited via the internet with two received. Work will be performed in Morehead City, North Carolina, with an estimated completion date of April 30, 2021. Fiscal 2018, 2019 and 2020 civil operations and maintenance funds in the amount of $18,065,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-20-C-0022). Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $15,494,310 firm-fixed-price contract for pipeline dredging and channel improvement. Bids were solicited via the internet with three received. Work will be performed in Freeport, Texas, with an estimated completion date of June 18, 2021. Fiscal 2020 civil construction and non-federal 96X8862 funds in the amount of $15,494,310 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0034). SGJV LLC,* Virginia Beach, Virginia, was awarded a $14,947,159 firm-fixed-price contract for construction of a new fueling facility at Columbus Air Force Base. Bids were solicited via the internet with three received. Work will be performed in Columbus, Mississippi, with an estimated completion date of July 6, 2021. Fiscal 2020 military construction (Defense-wide) funds in the amount of $14,947,159 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0027). Stantec Consulting Service Inc., Fenton, Missouri, was awarded a $12,000,000 firm-fixed-price contract for civil works design. Bids were solicited via the internet with ten received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2025. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-20-D-0017). Raytheon Co., Marlborough, Massachusetts, was awarded a $9,842,441 modification (P00055) to contract W58RGZ-17-C-0070 for air traffic navigation integration and coordination services. Work will be performed in Marlborough, Massachusetts, with an estimated completion date of Aug. 24, 2021. No funds were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Science Applications International Corp., Reston, Virginia, was awarded an $8,520,938 modification (000194) to contract W31P4Q-18-A-0011 for converged infrastructure engineering support for operational intelligence. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Sept. 10, 2021. Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,520,938 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Northrop Grumman Systems Corp., Boulder, Colorado, was awarded an $8,000,000 modification (P00094) to contract W9113M-12-C-0055 for engineering services support for the Joint Tactical Ground Station. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 30, 2021. Fiscal 2020 research, development, test and evaluation (Army) funds in the amount of $810,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. AIR FORCE Battistella S.p.A., Pordenone, Italy (FA5682-20-D-0001); Eiffage Infraestructuras SA, Sevilla, Spain (FA5682-20-D-0003); Ganter Interior GmbH, Waldkirch, Germany (FA5682-20-D-0004); and JV SKE Italy 2012, Vicenza, Italy (FA5682-20-D-0002), have collectively been awarded an estimated $96,000,000, indefinite-delivery/indefinite-quantity, multiple-award construction contract. This contract provides for a broad range of design-build, sustainment, maintenance, repair, alteration, renovation and minor construction projects to include residential and commercial work for Aviano Air Base, Italy, as well as supporting installations throughout Italy. Work will be performed primarily at Aviano Air Base, and geographically separated units in Italy and is expected to be completed by Sept. 10, 2025. This contract is the result of a competitive acquisition and 12 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated to each awardee at the time of the award. The 31st Contracting Squadron, Aviano Air Base, Italy, is the contracting activity. A-Tech Corp., doing business as Applied Technology Associates, Albuquerque, New Mexico, has been awarded a $17,663,490 other transaction prototype project agreement. The purpose of the agreement is to obtain a ground-based Directed Energy Weapon (DEW) prototype for the purpose of fixed-site Air Force Air Base Air Defense against Group 1 and Group 2 unmanned aerospace system (UAS) threats. The objective of the Directed Energy Counter-UAS prototype effort is to develop, assemble, and ultimately test a prototype DEW in an operationally relevant environment. This prototype effort will be divided into two phases, with Phase 2 being an option. Phase 1 consists of prototype design, assembly and contractor test. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Sept. 10, 2021. This award is the result of competitive procedures under the Air Force Life Cycle Management Center Consortium Initiative umbrella agreement FA8604-19-9-4050. A two-step solicitation was issued; 13 white papers and eight proposals were received. Fiscal 2019 research, development, test and evaluation (RDT&E) funds in the amount of $17,600,106; and fiscal 2020 RDT&E funds in the amount of $63,384 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-19-9-4050). Correction: The contract announced on Aug. 31 for General Dynamics Mission Systems, Marion, Virginia was announced with an incorrect award date, value amount and completion date. The contract was awarded Sept. 11. General Dynamics Mission Systems, Marion, Virginia, has been awarded a $17,536,820 firm-fixed-price contract for Wide Band Radomes. This contract provides for production of Wide Band Radomes supporting U.S. Air Force F-16 aircraft outfitted with Active Electronically Scanned Array (AESA) radars. Work will be performed in Marion, Virginia, and is expected to be completed by Sept. 10, 2032. This award is the result of a sole-source acquisition. Fiscal year (FY) 2018 aircraft procurement funds in the amount of $14,421,156 and FY 2020 aircraft procurement funds in the amount of $3,115,663 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-20-D-6067). DEFENSE LOGISTICS AGENCY Benco Dental Supply Co., Pittston, Pennsylvania, has been awarded a maximum $32,860,940 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This was a competitive acquisition with 16 offers received. This is a one-year base contract with nine one-year option periods. Location of performance is Pennsylvania, with a Sept. 10, 2021, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 warstopper funds. The Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania, is the contracting activity (SPE2D0-20-D-0015). General Electric Aviation, Cincinnati, Ohio, has been awarded a maximum $32,522,610 firm-fixed price, indefinite-delivery/indefinite-quantity contract to overhaul F108 engines. This was a limited source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Locations of performance are Ohio and Canada, with a Sept. 10, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense appropriated funds and working capital funds. The Defense Logistics Agency Aviation, Richmond, Virginia, is the contracting activity (SPE4AX-20-D-9005). Rohr Inc., doing business as Collins Aerospace, Chula Vista, California, has been awarded a $24,100,000 modification (P00003) to five-year, firm-fixed-price contract SPE4AX-18-D-9403 with one five-year option period for additional aviation-related spare parts and related services. This modification increases the base contract from $576,000 to $24,676,000. Location of performance is California, with an April 30, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The Defense Logistics Agency Aviation, Richmond, Virginia, is the contracting activity. Navistar Defense LLC, Melrose Park, Illinois, has been awarded a maximum $12,229,316 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pneumatic wheel tires. 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-year contract with no option periods. Locations of performance are Illinois and Ohio, with a Sept. 11, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2020 through 2023 Army working capital funds. The Defense Logistics Agency Land and Maritime, Warren, Michigan, is the contracting activity (SPRDL1-20-D-0015). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY L3Harris Technologies Inc., Colorado Springs, Colorado, was awarded a $22,152,476 cost-plus-fixed-fee completion contract for a research project for the Secure Advanced Framework for Simulation and Modeling (SAFE-SiM) program. SAFE-SiM seeks to build a government owned and controlled, faster-than-real time modeling and simulation environment. This capability would enable rapid analysis supporting senior-level decisions for concept of operations development, force structure composition, resource allocation and targeted technology insertion. Work will be performed in Colorado Springs, Colorado (23%); Arlington, Texas (25%); Round Rock, Texas (18%); Camden, New Jersey (13%); Chantilly, Virginia (8%); Culver City, California (7%); and Clifton Park, New York (6%), with an expected completion date of September 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,275,000 are being obligated at the time of award. This contract was a competitive acquisition in which 10 offers were received. The Defense Advanced Research Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0145). DEFENSE HEALTH AGENCY Booz Allen Hamilton, McLean, Virginia, was awarded a $9,125,494.37 firm-fixed-price contract modification exercising Option Period Four on previously awarded task order HT0011-16-F-0011 for integrated professional services across the Military Health System (MHS). The underlying task order provides professional services to allow robust performance management and continuous process improvement support to maintain the MHS as a high-reliability organization. The exercised option includes additional strategic communications services valued at $457,791.30 for this current option period and supports communication and coordination with the Military Treatment Facilities through the Office of the Chief Medical Officer (CMO). This includes maintenance of the CMO website and increased support for the CMO office coordination, in addition to more frequent pushed messages and product development. This option will render continued execution of multiple work streams inherent to this contract with 54 deliverables that will unite the Services and the Defense Health Agency together as an integrated system. Fiscal 2020 operations and maintenance funds in the amount of $9,125,494.37 are obligated at time of award. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. (Awarded September 4, 2020) Optum Health Care Solutions LLC, Eden Prairie, Minnesota, was awarded an $8,489,105.00 firm-fixed-price modification to previously awarded contract HT0011-17-C-0017 for Nurse Advice Line support services. The modification provides for additional resources to support a surge in the Nurse Advice Line due to significant increases in call volumes during the months of March, April and May 2020. At the onset of the pandemic in March, the demand for healthcare outpaced the capacity of the health system resulting in a rapid influx of calls into the Nurse Advice Line. Fiscal 2020 COVID-19 funds are being obligated at the time of award. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2345436/source/GovDelivery/

All news