Back to news

October 29, 2024 | International, C4ISR, Security

U.S. Government Issues New TLP Guidance for Cross-Sector Threat Intelligence Sharing

U.S. government updates Traffic Light Protocol guidance to enhance cybersecurity information sharing and collaboration.

https://thehackernews.com/2024/10/us-government-issues-new-tlp-guidance.html

On the same subject

  • Contract Awards by US Department of Defense - December 15, 2020

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

    Contract Awards by US Department of Defense - December 15, 2020

    DEFENSE LOGISTICS AGENCY Thomas Scientific LLC, Swedesboro, New Jersey, has been awarded a maximum $105,820,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for nasopharyngeal swabs. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(2), as stated in Federal Acquisition Regulation Part 6.302-2. This is a four-month contract with a three-month option period. Location of performance is New Jersey, with an April 24, 2020, ordering period end date. Using customers are Veterans Administration, Indian Health Service, Department of Justice, Department of Homeland Security, Department of Health and Human Services and Department of Defense. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-21-D-0004). Fidelis Sustainability Distribution LLC, Carson City, Nevada, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various robotic surgery systems and associated hardware, software and consumable items. This was a competitive acquisition with 105 offers received. This is a five-year contract with no option periods. Locations of performance are Nevada and Illinois, with a Dec. 14, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0002). Silver Oak Leaf Inc.,** Alpharetta, Georgia, has been awarded a maximum $13,534,957, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats and trousers. This is a two-year base contract with one two-year option period. This was a competitive acquisition with two responses received. Locations of performance are Georgia and Puerto Rico, with a Dec. 14, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal year 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1407). Innovative Federal Operations Group Inc., Carlsbad, California, has been awarded a maximum $7,557,359 firm-fixed price, definite-quantity contract for disposable protective coveralls. This was a competitive acquisition with seven responses received. Locations of performance are California and Turkey, with a Jan. 14, 2021, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-C-0003). AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded a $46,890,000 firm-fixed-price contract for the F-15 Qatar program. This contract provides for the Foreign Military Sales (FMS) requirement to procure Digital Electronic Warfare System spares for the Qatar Emiri Air Force. Work will be performed in St. Louis, Missouri, and is expected to be completed Aug. 23, 2023. This award is the result of a sole-source acquisition. FMS funds in the amount of $22,976,100 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 (FA8634-18-C-2701). The Boeing Co., St. Louis, Missouri, has been awarded a $17,764,388 fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00009) to contract FA8634-18-C-2697 for infrared search and track to upgrade the current Air Force design equivalent of the Navy Block II configuration. This contract will retrofit the production ship sets by modifying the Block I Legion Pod with a replacement of the infrared receiver processor with the V3 infrared receiver and V3 processor from the Navy Block II and modified cabling harness within the pod structure. Work will be performed in St. Louis, Missouri, and is expected to be completed October 2022. This award is the result of a sole-source acquisition. Fiscal 2019 National Guard and Reserve equipment defense funds in the full amount are being obligated at the time of award. The F-15 Division Contracts Branch, Wright-Patterson Air Force Base, Ohio, is the contracting activity. NAVY Saxman One LLC, Manassas, Virginia, is awarded a $50,750,000 indefinite-delivery/indefinite-quantity contract for the Navy Internship and Apprenticeship Programs. This contract provides for the promotion of student internship opportunities such as the Science and Engineering Internship Program (SEAP), the Naval Research Enterprise Internship Program (NREIP), Naval Horizons and other short-term internship programs. The work to be performed includes web site development, provide customer service, increase program awareness, develop virtual training opportunities, provide intern notification, make payment of intern stipends, work with Naval Commands to obtain the proper security paperwork for the intern(s), coordinate internship agreements and provide reports to the Office of Naval Research. Work will be performed in Manassas, Virginia, and is estimated to be completed by Dec. 15, 2025. The total cumulative value of this contract is $50,750,000. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $125,000 are being obligated on a task order on a cost-plus-fixed-fee basis at the time of award. These funds will not expire at the end of the current fiscal year. This contract was solicited on a sole-source basis using an Alaska Native Corporation in accordance with 13 Code of Federal Regulations 124.506(b). The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-D-4002). CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $28,092,546 modification to previously awarded indefinite-delivery/indefinite-quantity (IDIQ) contract N00039-17-D-0002 to extend network and information technology services being provided under the Outside Continental U.S. Navy Enterprise Network (ONE-Net) contract. The services provided under ONE-Net include service desk support, networks and systems operations support, field services support, information assurance services support, network technical support, business management office support, Tier II/III support, Tier IV support and host based security system support. Work will be performed in various locations outside the U.S. based on the requirement for each task order placed. Work is expected to be completed by September 2021. The total cumulative value of this contract is an estimated $171,828,967. No contract funds will be obligated on the base contract at the time of award. Contract funds will be obligated on individual task orders and will at the end of the fiscal year. This modification extends the period of performance of the contract by adding Option Period Five (Dec. 28, 2020, to June 27, 2021) with a ceiling of $17,717,296; and Option Period Six (June 28, 2021, to Sept. 30, 2021) with a ceiling of $10,375,250, which are both exercised with award of this modification. The contract type of the modification is an IDIQ hybrid contract with firm-fixed-price and cost only contract line item numbers. This contract includes options, which are being exercised at the time of award of this modification. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Bell Textron Inc., Fort Worth, Texas, is awarded a $22,791,652 cost-plus-fixed-fee order (N00019-21-F-0228) against previously issued basic ordering agreement N00019-16-G-0012. This order provides engineering and logistics support, procures four resident integrated logistics support detachment computer seats, trailer lease site for flight test engineers, support equipment workaround material and aircraft wiring integration remote terminal and flight control computer test station material in support of Marine Corps (USMC) AH-1Z; the governments of Bahrain and the Czech Republic UH-1Y and AH-1Z production aircraft; and USMC UH-1Y and AH-1Z aircraft modifications and sustainment. Work will be performed in Fort Worth, Texas (70%); and Patuxent River, Maryland (30%), and is expected to be completed in February 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $957,796; fiscal 2021 aircraft procurement (Navy) funds in the amount of $703,526; fiscal 2019 aircraft procurement (Navy) funds in the amount of $14,842,613; and Foreign Military Sales funds in the amount of $2,645,319 will be obligated at time of award, $15,800,409 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Huntington Beach, California, is awarded a $8,000,000 fixed-price incentive (firm target) undefinitized contract modification to previously awarded contract N00024-17-C-6307 for extra-large unmanned undersea vehicle maintenance analyses and logistics products. Work will be performed in Newport News, Virginia (52%); and Huntington Beach, California (48%), and is expected to be completed by December 2022. Fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $4,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. *Small business **Service-disabled veteran-owned small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2447883/source/GovDelivery/

  • Teledyne FLIR to Supply Canadian Government More Than 800 Drones Worth CAD$95 Million for Ukraine

    February 22, 2024 | International, Aerospace

    Teledyne FLIR to Supply Canadian Government More Than 800 Drones Worth CAD$95 Million for Ukraine

    The advanced multi-mission drone can handle a variety of payloads up to 3.5 kilograms, including munitions.

  • Full COVID-19 Recovery For F-35 Deliveries Pushed To 2022

    September 15, 2020 | International, Aerospace

    Full COVID-19 Recovery For F-35 Deliveries Pushed To 2022

    Steve Trimble Lockheed Martin F-35 deliveries postponed by the impact of the COVID-19 pandemic on the supply chain will not fully recover by the end of 2021, a company executive told Aerospace DAILY. In June, Lockheed announced that 18-24 F-35s in production Lot 12, which are scheduled for delivery in 2020, will be delayed, reducing the overall delivery target to 117 to 123 jets this year. Although Lockheed's final assembly plant in Fort Worth is now at full operations, the impact on the supply chain will drag out the recovery for another year, said Michelle Evans, executive vice president of Lockheed's Aeronautics business. “We're still looking somewhere between 15-20 aircraft that we will be behind by the end of the year,” Evans said in an interview. “It is going to take a while for the supply chain and, thus, Lockheed Martin to recover. So it will take us longer than next year. We'll probably be staring at two years to recover those jets.” Lockheed's supply chain is in recovery while the company continues negotiating separate deals with the F-35 Joint Program Office (JPO) for the next three years of airframe production and converting the annual sustainment contracts into a multiyear performance-based logistics (PBL) agreement. In October 2019, the JPO and Lockheed agree to an economic order quantity of 478 aircraft for lots 12-14, which are delivered from 2020 to 2022. The agreement includes a firm order from the U.S. government for Lot 12 aircraft, with priced options for Lots 13 and 14 resulting in an overall total of 291 F-35s. The international customers added orders for 187 aircraft under a related, three-year production order. A similar approach will be followed for the U.S. and international orders in Lots 15-17, which will include the first jets to receive upgraded Technical Refresh-3 hardware, Evans said. Separately, the JPO and Lockheed are continuing to negotiate a long-term PBL to sustain the F-35s, with an overall goal to reduce the cost per flight hour of the F-35A to $25,000 by 2025. Lockheed sees an opportunity to reduce sustainment costs by $18 billion or more over the term of the PBL, Evans said. Lockheed expects to make an initial investment of $1.5 billion in cost-saving projects once the deal is signed. https://aviationweek.com/shows-events/afa-air-space-cyber-conference/full-covid-19-recovery-f-35-deliveries-pushed-2022

All news